addendum no. 2...city of franklin, tennessee page 2 of 7 cof no. 2015-0062 ssr no. 12-41-013-0...
TRANSCRIPT
FRANKLIN WATER TREATMENT PLANT MODIFICATIONS
FOR
CITY OF FRANKLIN
ADDENDUM NO. 2
ISSUE DATE: July 27, 2015
REVISED BID DATE: August 4, 2015, 1:00 p.m.
SMITH SECKMAN REID, INC.
2995 Sidco Drive
Nashville, Tennessee 37204
(615) 383-1113
COF No. 2015-0062
SSR No. 12-41-013.0
ADDENDUM NO. 2 Franklin Water Treatment Plant Modifications City of Franklin, Tennessee Page 2 of 7
COF No. 2015-0062 SSR No. 12-41-013-0
ADDENDUM NO. 2
July 27, 2015
BID DATE: August 4, 2015, 1:00 p.m. local time (Revised by Addendum No. 1)
TO ALL CONTRACTORS AND SUPPLIERS:
The attention of all prospective bidders for the subject project is directed to the following additions, deletions and
modifications to the Contract Documents.
This Addendum consists of seven (7) pages and the following attachments:
1) Specification Sections:
Revised Section 00 41 00, BID FORM
2) Attachments:
Current Plan Holder List
Questions Received in Writing
Appendix D – ARAP Permit
3) Drawings:
S1.0-07 revised 7/27/2015 E6.1 revised 7/24/2015
S4.1-07 revised 7/27/2015 E8.1 revised 7/24/2015
E0.1 revised 7/24/2015 EP1.2-02 revised 7/24/2015
4) Sketches:
SSK-001 dated 7/27/2015 dated 7/27/2015
ADDENDUM NO. 2 Franklin Water Treatment Plant Modifications City of Franklin, Tennessee Page 3 of 7
COF No. 2015-0062 SSR No. 12-41-013-0
Addendum
Item
Page or
Drawing
Location and Description of Change
1 00 01 10-6 Delete reference to section “46 33 44” and replace with “46 43 44”.
2 00 21 13-11 Add the following sentence immediately after the first sentence of Article
15.2.D:
“Forms shall be submitted to Engineer within 24 hours of notice of
recommendation of award and are not required at time of submission
of bid.”
3 00 21 13-11 Delete Article 15.2.F in its entirety and renumber subsequent paragraphs.
4 00 21 13-11 Add the following sentence immediately after the first sentence of Article
15.2.G:
“Breakdown shall be submitted to Engineer within 24 hours of bid
opening and are not required at time of submission of bid.”
5 00 41 00 Replace 00 40 00 – BID FORM with the revised bid form included in this
Addendum.
6 07 41 13 Add “Petersen Aluminum/Pac-Clad SNAP-CLAD Metal Roof Panel
System” to the acceptable Manufactures listed in paragraph 2.1.
7 00 52 00-2 Delete paragraph 4.02.A and replace with the following:
A. The Work will be substantially completed within seven
hundred and thirty (730) days after the date when the
Contract Times commence to run as provided in paragraph
2.04 of the General Conditions, and completed and ready for
final payment in accordance with paragraph 14.07 of the
General Conditions within seven hundred sixty (760) days
after the date when the Contract Times commence to run.
8 33 11 00-27 Add “Unless otherwise noted on the Contract Drawings,” to the
beginning of the first sentence of paragraph 2.12.A.
ADDENDUM NO. 2 Franklin Water Treatment Plant Modifications City of Franklin, Tennessee Page 4 of 7
COF No. 2015-0062 SSR No. 12-41-013-0
Addendum
Item
Page or
Drawing
Location and Description of Change
9 33 12 00-30 Delete paragraph 2.28.B and replace with the following:
B. Valve boxes shall consist of precast concrete risers with cast
iron frames and covers. The long section shall be 5-1/4 inches
in inside diameter and fit around the stuffing box of the valve;
or over the valve operator, if a two-section box is used. Valve
boxes shall be properly sized to accept a valve position
indicator as described below. Valve boxes shall be the heavy
roadway type. Contact surfaces of frames and covers shall be
machined so that the covers rest securely in the frames with no
rocking and with the cover in contact with the frames for the
entire perimeter of the contact surface.
10 33 12 00-31 Delete paragraph 2.28.H and replace with the following:
H. Acceptable manufacturers:
1. Boxes – Hula Concrete Products, Hickman TN or approved
equal
2. Frame and Covers – John Bouchard No. 8006 or Vulcan
No. V-8455. No equals shall be allowed.
11 33 12 00-35 Delete the second sentence of paragraph 2.37.C.
12 43 21 39-8 In Article 2.03.A.3, delete the last sentence in its entirety and replace with
“Lifting chain shall have a working load limit no less than 3 times
combined installed pump and coupling weight while overall lifting
chain assembly shall have a working load limit of no less than 2.5 times
combined installed pump and coupling weight.”
13 43 21 39-10 After Article 2.04.C.9, add the following:
“10. Motors used with variable frequency drives (VFDs) shall be
provided with insulated bearings as deemed necessary by motor
manufacturer to prevent bearing damage. Motors used with VFDs
shall also be provided with shaft grounding rings. See Section 11 05 13
for additional requirements.”
14 46 21 56-3 In table found in Article 1.04.B, delete the following row:
Distance between Screen and Air Burst Compressor
1,500 feet
ADDENDUM NO. 2 Franklin Water Treatment Plant Modifications City of Franklin, Tennessee Page 5 of 7
COF No. 2015-0062 SSR No. 12-41-013-0
Addendum
Item
Page or
Drawing
Location and Description of Change
15 46 21 56-3 After Article 1.04.B.3, add the following:
“4. Air burst screen cleaning system shall be designed based on air
piping shown on Contract Drawings. Contractor shall inform screen
manufacturer of any and all deviations between Contract Drawings and
as-built conditions to allow screen manufacturer to modify air burst
screen cleaning system prior to manufacture to coincide with actual
field conditions. Contractor shall accommodate the sequence of
construction to allow this coordination to occur before system
manufacture.
5. Air burst cleaning system shall be designed for a maximum
hydrostatic pressure (depth of water over screen) of 20 feet.”
16 46 21 56-6 In Article 2.02.D.1, delete the first sentence and replace with the following:
“Provide a skid-mounted air burst screen cleaning system to remove
accumulated debris on surface of intake screen consisting of
compressor, receiver tank, valving, pressure regulators, 10 micron inlet
air filters, silencer, after-cooler, instrumentation and controls necessary
to provide sufficient amount of compressed air to clean intake screen
located at distance from cleaning system shown on Contract Drawings
and up to maximum screen submergence for air burst screen cleaning
system described in Part 1.”
17 46 21 56-7 Delete Article 2.02.D.4.a in its entirety and replace with the following:
“a. One-half of total volume of air shall be delivered to screen in first
second of backwash cycle. All air shall be delivered to screen in no
more than 5 seconds.”
18 46 41 26-9 Replace paragraph 3.03.A.1 with the following “Startup, final acceptance,
and job-site training: 1 man-day(s).”
Delete paragraph 3.03.A.2 in its entirety.
19 46 43 73-8 Replace paragraph 3.03.A.2 with the following “Startup, final acceptance,
and job-site training: 1 man-day(s).”
Delete paragraph 3.03.A.3 in its entirety.
ADDENDUM NO. 2 Franklin Water Treatment Plant Modifications City of Franklin, Tennessee Page 6 of 7
COF No. 2015-0062 SSR No. 12-41-013-0
Addendum
Item
Page or
Drawing
Location and Description of Change
20 46 99 13-4 Insert the following line into Schedule shown in Article 3.03.A.8:
Hydrofluosilicic
Acid 23-25% 1
Chemical
Injection
Vault No.
2
9 25 psi 5.25 fps
21 G0.9 For valve 10-PV-03:
Replace “EXTERIOR; VAULT” with “BURIED”.
Replace “FLANGED” with “MECH. JOINT”.
Replace “HANDWHEEL” with “NUT”.
22 A1.2 Clarification: At Electrical Room 102; Section 1/A5.0 refers to a typical
exterior window section. At Electrical Room 102 these windows have
spandrel glazing to match the remaining windows from the exterior, but on
the inside of this room, the partitions are to be continuous without window
openings to allow the entire perimeter to be available for mounting of panels
and equipment.
23 S1.0-05 Revise plan view of “New Flocculators Supports and Walkway” as shown
on Sketch SSK-001.
24 S1.0-07 Delete Drawing S1.0-07 in its entirety and replace with Drawing S1.0-07
included with this Addendum.
25 S4.1-07 Delete Drawing S4.1-07 in its entirety and replace with Drawing S4.1-07
included with this Addendum.
26 D3.5-07 Delete reference to “24” BFV” in Section E and replace with “20” BFV”.
27 D3.7-07 Delete reference to “AMP” in Section H and replace with “AHP”.
28 DX5.5 Delete all references to “Chlorine” and replace with “Sodium
Hypochlorite”.
29 E0.1 Delete Drawing E0.1 in its entirety and replace with Drawing E0.1 included
with this Addendum.
30 E6.1 Delete Drawing E6.1in its entirety and replace with Drawing E6.1included
with this Addendum.
31 E8.1 Delete Drawing E8.1 in its entirety and replace with Drawing E8.1 included
with this Addendum.
ADDENDUM NO. 2 Franklin Water Treatment Plant Modifications City of Franklin, Tennessee Page 7 of 7
COF No. 2015-0062 SSR No. 12-41-013-0
Addendum
Item
Page or
Drawing
Location and Description of Change
32 EP1.2-02 Delete Drawing EP1.2-01in its entirety and replace with Drawing EP1.2-02
included with this Addendum.
33 I6.1-02 Delete references to “4”-CU” and replace with “3”-SST”.
Delete reference to “24”-DIP” and replace with “30”-DIP”.
Delete references to “8”” on 18”-DIP discharge lines of pumps 10-P-110-A
and 10-P-110-B and replace with “18””.
34 Appendix Add Appendix D – Aquatic Resource Alteration Permit to the Appendix
documents.
END OF ADDENDUM NO. 2
Receipt of this Addendum should be indicated in the space provided on the Bid Form, and all Addenda should be
affixed to the Inside of the front cover of the Contract Documents.
Smith Seckman Reid, Inc.
2995 Sidco Drive
Nashville, Tennessee 37204
(615) 383-1113
SSR-12.41.013.0 00 41 00 – 1 Addendum No. 2
SECTION 00 41 00
BID FORM
COF CONTRACT NO. 2015-0062
ARTICLE 1 - BID RECIPIENT
1.1 This bid is submitted by:
Bidder’s Name:
1.2 This bid is submitted to:
Owner: CITY OF CITY OF FRANKLIN
Address: City Hall
319 3rd Ave South
Franklin, TN 37064
Project Title: WATER TREATMENT PLANT MODIFICATIONS
1.3 The Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the
form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding
Documents for the prices and within the times indicated in this Bid and in accordance with the other terms
and conditions of the Bidding Documents.
ARTICLE 2 - BIDDER ACKNOWLEDGEMENTS
2.1 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid security.
The Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer
period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 - BIDDER REPRESENTATIONS
3.1 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged.
Addendum No. Addendum Date
Addendum No. 2 00 41 00 – 2 SSR-12.41.013.0
B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of Work.
C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work.
D. Bidder agrees that he is solely responsible for verifying the exact nature, character, quality, and quantity of all conditions to be encountered.
E. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in paragraph 4.02 of the General Conditions; and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in paragraph 4.06 of the General Conditions.
F. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto.
G. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents.
H. Bidder agrees that he shall neither have nor assert against the Owner or Engineer any claim for damages for extra work or otherwise or for relief from any obligation of these Contract Documents based upon the failure by the Owner or Engineer to obtain or to furnish additional subsurface information or to furnish all subsurface information in the Owner's or Engineer's possession or based upon any inadequacy or inaccuracy of the information furnished.
I. Bidder agrees that all subsurface information is made available only as a convenience, without express or implied representation, assurance, or guarantee that the information is adequate, complete, or correct, or that it represents a true picture of the subsurface conditions to be encountered, or that all pertinent subsurface information in the possession of the Owner or Engineer has been furnished. Bidder must interpret such information according to his own judgment.
J. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.
K. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all
SSR-12.41.013.0 00 41 00 – 3 Addendum No. 2
additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents.
L. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder.
M. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.
N. Bidder has examined the Contract Documents and has acquired sufficient knowledge of the required Work to the extent that Bidder clearly understands his obligations and responsibilities.
O. Bidder has coordinated with and obtained from equipment manufacturers and suppliers as required by individual specification sections and as deemed necessary by Bidder general arrangement drawings, process and instrumentation diagrams (P&IDs), electrical and instrumentation wiring, cabling and conduit requirements, plumbing and process piping and valve requirements, ancillary equipment requirements, and any other information necessary for Bidder to adequately price materials and labor required to be provided both by the equipment manufacturer and by the Bidder to provide fully functional equipment and systems.
P. Bidder has contacted proper authorities having jurisdiction over utilities which are involved in project and ascertained from said authorities locations at which each separate utility may be made available to project site.
Q. Bidder has fully reviewed the Owner’s Standard Water and Sewer Specifications provided on Owner’s website at the following address: www.franklintn.gov/government/engineering/ utilities/construction-development. Bidder has coordinated those standards with the rest of the Contract Documents and resolved to his satisfaction any discrepancies between those standards and the rest of the Contract Documents that could impact his Total Base Bid price.
ARTICLE 4 - FURTHER REPRESENTATIONS
4.1 Bidder further represents that:
A. Bidder represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner.
Addendum No. 2 00 41 00 – 4 SSR-12.41.013.0
E. Bidder shall execute and submit a copy of the attached Drug Free Workplace Affidavit, Non-Collusion Affidavit of Prime Bidder, Non-Collusion Affidavit of Subcontractors, and Letter from Surety, Statement of License Certificate with the Bid.
F. Bidder, by submitting his Bid, agrees that he is satisfied with and will at no time dispute the estimated quantities stated in the Bid as a proper means of comparing bids.
G. Bidder states that he is financially solvent and that he is experienced in and competent to perform the type of work or to furnish the plant, materials, supplies or equipment, to be so performed or furnished by him.
H. Bidder states that he is familiar with all Federal, State, and local Laws, ordinances and regulations, which may in any way affect the Work or those employed therein, including, but not limited to, any special acts relating to the Work or to the project of which it is a part.
I. Bidder states that such temporary and permanent Work required by the Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which it is intended, and that such construction will not injure any person or damage any property.
ARTICLE 5 - BID PRICES
5.1 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):
BID FORM
FRANKLIN WATER TREATMENT IMPROVEMENTS
SCHEDULE A – LUMP SUM BID ITEMS
ITEM
NO. DESCRIPTION ITEM TOTAL
1.
Construct, install, test, and place into operation raw water intake
screen and pump station, complete lump sum bid $
2.
Construct, install, test, and place into operation 2.67 MGD membrane
filtration water treatment facility, complete lump sum bid $
SCHEDULE B – ALLOWANCE AND GUARANTEED PRICE ITEMS
ITEM
NO. DESCRIPTION ITEM TOTAL
3. Cash Allowance for Materials Testing $60,000.00
4.
Cash Allowance for Concrete Repair @ Existing Flocculation,
Settling, and Membrane Feedwell Basins $40,000.00
SSR-12.41.013.0 00 41 00 – 5 Addendum No. 2
5. Cash Allowance for Additional Spare Parts $25,000.00
6. Cash Allowance for Construction Contingencies $750,000.00
7.
Cash Allowance for Construction Contingencies at Existing Filter
Building $50,000.00
8. Cash Allowance for Electric Utility Relocation Work $30,000.00
9. Guaranteed Price for Membrane Filtration System, Section 46 61 33 $1,368,900.00
10. Guaranteed Price for Closed-Vessel Ultraviolet Treatment
Equipment, Section 46 66 23 $664,000.00
TOTAL BASE BID
DESCRIPTION TOTAL BASE BID PRICE
Total Base Bid (Sum Total of Items 1 thru 10), (in
figures) $______________________________
Total Base Bid (in words)
____________________________________________________________________________________
____________________________________________________________________________________
5.2 All specific cash allowances and guaranteed prices are included in the price(s) set forth above and
have been computed in accordance with paragraphs 11.02 and 11.05, respectively, of the General
Conditions. All specific cash allowances and guaranteed prices are described in Section 01 21 00 of the
Contract Documents.
5.3 Each Bidder shall submit unit prices for the Adjustment Price Items listed in Schedule C below,
which will apply in the event additions to or deductions from the applicable Work to be performed under
the Contract are ordered. All Adjustment Price Item prices are included in the price(s) set forth below
and have been computed in accordance with paragraph 11.04 of the General Conditions. These
adjustment price items will not be considered in the award of the Contract. Estimated quantities listed in
the Adjustment Price Items schedule are not guaranteed and final payment for all Adjustment Price Items
will be based on actual quantities provided, determined as provided in the Contract Documents. The
quantities listed may increase or decrease depending upon the actual change of scope items or change
orders required. Any unused portions of the following quantities shall be credited to the Owner on the
Contractor’s final request for payment.
Addendum No. 2 00 41 00 – 6 SSR-12.41.013.0
SCHEDULE C – ADJUSTMENT PRICE ITEMS AS ORDERED BY ENGINEER
ITEM
NO.
SPEC
SECTION DESCRIPTION
EST. QTY
AND
UNITS
(A)
UNIT
PRICE, $
(B)
ITEM TOTAL, $
(A X B)
1. 31 23 16
Earth excavation, disposal,
and replace with No. 57 or
67 stone
250 CY
2.
31 23 23
31 23 17
Rock excavation, disposal,
and replace with No. 57 or
67 stone
250 CY
3. 31 23 23 Granular backfill, in place 500 CY
4. 03 31 00
Class C concrete, no
reinforcing steel, in place 100 CY
TOTAL ADJUSTMENT PRICE ITEMS
5.4 It is understood and agreed by Bidder that Owner reserves the unrestricted privilege to reject any or
all of the foregoing adjustment prices which it may consider excessive or unreasonable, or to accept, by
including the same in the Contract as unit prices applicable in the event of additions to or deductions from
applicable Work to be performed under the Contract, any or all of such adjustment prices which it may
consider fair and reasonable. Rejection of one or more adjustment prices will not invalidate acceptance of
this Bid.
5.5 The Total Base Bid shall be the price submitted for furnishing of all labor, materials and equipment
for the construction work required for a complete operating installation as described in the Contract
Documents, including all items of equipment listed in the following Tabulation of Base Bid Equipment
Items. The Total Base Bid shall be deemed to be full compensation for all required labor, products, tools,
equipment, plant, transportation, testing, inspection, services, incidentals, administrative procedures,
applicable taxes, permit fees, overhead, profit, and other miscellaneous expenses. The Total Base Bid
submitted by the successful bidder combined with any additive or deductive bid amounts on alternates
accepted by the Owner shall become the Contract Price.
5.6 In connection with the Tabulation of Base Bid Equipment Items as it relates to the Total Base Bid, the
Bidder expressly agrees to the following provisions:
A. That Schedule A – Lump Sum Bid Items of the Total Base Bid includes the furnishing and installation of all equipment, materials and systems detailed in the Tabulation of Base Bid Equipment Items as well as all other equipment, materials and systems detailed in the Contract Documents.
SSR-12.41.013.0 00 41 00 – 7 Addendum No. 2
B. The items listed in “A Item” Column of the Tabulation of Base Bid Equipment Items are those allowable for determination of the Contractor’s Total Base Bid. These items are hereby defined as “A Items”. The Bidder shall provide a price for each “A Item” on the Tabulation of Base Bid Equipment Items. In the event more than one “A Item” is listed on the Tabulation of Base Bid Equipment Items, the Bidder shall provide a price for each “A Item” and circle the “A Item” which he proposes to use.
C. If Bidder circles more than one manufacturer for an item number, fails to circle a manufacturer for each item number, or fails to provide a price for each circled manufacturer, the Bidder may be declared non-responsive and his bid may not be accepted. The Owner reserves the right to select an “A Item” in the event the Bidder does not circle an “A Item”.
D. That items listed in “B Item” Column of the Tabulation of Base Bid Equipment Items are those pre-approved alternative equipment or system suppliers. These items are hereby defined as “B Items”. At the option of the Bidder, a “B Item” Equipment Supplier may be listed with the Alternative Price to furnish and install the supplier’s equipment listed in addition to pricing at least one “A Item”. The Bidder may also insert “B Item” Suppliers/Equipment in the available blanks for equipment they would like considered for use in the Work. The “B Item” equipment and cost will not be used in the determination of the Total Base Bid. Bidder shall make clear whether indicated price is an addition to or a deduction from the Bid price. The use of a “B Item” Supplier will be determined by the Engineer and Owner after Bids are received and evaluated by the Engineer and Owner.
E. That within sixty (60) days following the opening of Bids, the Owner, through the Engineer, shall determine if the “B Item” equipment listed by the Bidder are, in general, in compliance with the Contract Specifications. It is further understood and agreed that the Engineer may request equipment information from the Bidder to document that the equipment complies with the Contract Specifications and that the Bidder shall submit such information to the Engineer within ten (10) days from a written request.
F. That the Owner may select the “B Item” equipment and that the Bidder agrees to furnish and install such equipment for a price equal to the Total Base Bid adjusted by the Addition/Deduction Price of the equipment selected.
G. That the Total Base Bid and additive/deductive prices associated with “B Items” include the preparation and submission to the Engineer by the Bidder of detailed drawings showing structural, piping and electrical modifications (if any) of the Contract Drawings necessary to accommodate such equipment, all as defined and described in Section 01 31 13 of the Contract Documents in the paragraphs designated as “Coordination Drawings”.
H. That any necessary changes required to the Work, including piping, valves, concrete, electrical and instrumentation components, or any other components, necessary to accommodate a “B Item” shall be solely at the successful Bidder’s expense.
I. That any changes in the selected Suppliers resulting from non-compliance with the Contract Drawings and Specifications shall be made at no additional expense to the Owner.
Addendum No. 2 00 41 00 – 8 SSR-12.41.013.0
SCHEDULE D – TABULATION OF BASE BID EQUIPMENT ITEMS
ITEM
NO. DESCRIPTION
“A ITEM” “B ITEM”
MANUF.
BASE BID
PRICE
ALTERNATE
MANUF. DEDUCT
1. Section 01 79 00
– Facility Online
Training 360water, Inc. $_____________ $____________
2. Section 09 96 00
– Painting Carboline $_____________ $____________
Sherwin-
Williams $_____________
TNEMEC $_____________
3. Section 43 21 39
– Submersible
Pumps Sulzer/ABS $_____________
KSB $_____________
Flygt $_____________
Wilo-USA $_____________
4. Section 43 21 17
– Verticle
Turbine Pumps Flowserve $_____________ $____________
Xylem $_____________
5. Section 46 21 56
– Passive Raw
Water Intake
Screen Hendrick $_____________
Johnson $_____________
6. Section 46 41 26
– Floating
Mechanical
Mixer Medora $_____________ $____________
SSR-12.41.013.0 00 41 00 – 9 Addendum No. 2
SCHEDULE D – TABULATION OF BASE BID EQUIPMENT ITEMS
ITEM
NO. DESCRIPTION
“A ITEM” “B ITEM”
MANUF.
BASE BID
PRICE
ALTERNATE
MANUF. DEDUCT
7. Section 46 33 44
– Peristaltic
Metering Pumps Watson Marlow $_____________ Blue-White $____________
Verder $____________
8. Section 46 41 23
– Submersible
Mixers Enviropax $_____________ $____________
Invent
Environmental $_____________
SPX Lightnin $_____________
9. Section 46 43 73
– Tube Settlers
Brentwood
Industries $_____________ $____________
Enviropax $_____________
Meurer
Research, Inc. $_____________
10. Section 46 43 79
– Sludge
Collectors
Meurer
Research, Inc. $_____________
Jim Myers &
Sons, Inc. $____________
11. Section 46 61 21
– Granular
Activated Carbon
Pressure
Contactor Calgon $_____________ $____________
WesTech $_____________
5.7 Basis of Award:
A. Basis of award should be closely coordinated with IB-15, with the Owner and with any funding agencies involved with the project.
B. Award of the Contract will be made on the basis of the lowest, responsive, responsible Total Base Bid as described in the Instructions to Bidders.
Addendum No. 2 00 41 00 – 10 SSR-12.41.013.0
C. The lowest responsive, responsible Bid will be the Total Bid Amount of the Bidder meeting all the requirements of the Contract Documents.
D. The Total Base Bid shall include the cost of furnishing, installing and placing into operation all circled “A Items” listed in the Tabulation of Base Bid Equipment.
ARTICLE 6 - TIME OF COMPLETION
6.1 Bidder agrees that the Work will be substantially completed and completed and ready for final
payment in accordance with paragraph 14.07 of the General Conditions on or before the dates or within
the number of calendar days indicated in the Agreement.
6.2 Bidder accepts the provisions of the Agreement as to liquidated damages and Engineer’s charges for
delay in completion in the event of failure to complete the Work within the Contract Times as stated in
the Agreement.
ARTICLE 7 - ATTACHMENTS TO THIS BID
7.1 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of; (indicate which)
[ ] A certified or bank check in an amount of five percent (5%) of Bidder’s maximum Bid price;
[ ] A Bid bond issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions.
B. Bidder Qualification Questionnaire (Section 00 45 13).
C. Drug Free Workplace Affidavit.
D. Non-Collusion Affidavit of Prime Bidder.
E. Non-Collusion Affidavit of Subcontractors will be required within 24 hours of notice of recommendation of award and are not required at time of submission of bid.
F. Letter from General Contractor’s Surety stating that excess bonding capacity exists for Performance and Payment Bonds in the amount equal to one hundred percent (100%) of the contract, and that Surety is willing to provide those bonds for this project.
G. Bidder’s Breakdown of Lump Sum Bid Price will be required within 24 hours of bid opening and are not required at time of submission of bid.
ARTICLE 8 - DEFINED TERMS
8.1 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to
Bidders and the General Conditions.
SSR-12.41.013.0 00 41 00 – 11 Addendum No. 2
ARTICLE 9 - BID SUBMITTAL
9.1 This bid is:
Submitted on 20 _______.
State Contractor License No. . (If applicable)
If Bidder is:
An Individual
Name (typed or printed):
By: (SEAL) (Individual’s signature)
Doing business as:
Business address:
Phone No.: _______________________ FAX No.: _______________________
A Partnership
Partnership Name: (SEAL)
By: (Signature of general partner – attach evidence of authority to sign)
Name (typed or printed):
Business address:
Phone No.: _______________________ FAX No.: _______________________
A Corporation
Corporation Name: (SEAL)
State of Incorporation:
Type (General Business, Professional, Service, Limited Liability):
By:
Name (typed or printed):
Title: (CORPORATE SEAL)
Addendum No. 2 00 41 00 – 12 SSR-12.41.013.0
Attest: (Signature of Corporate Secretary)
Business address:
Phone No.: _______________________ FAX No.: _______________________
Date of Qualification to do business is
A Joint Venture
Joint Venturer Name: (SEAL)
By: (Signature of joint venture partner – attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.: _______________________ FAX No.: _______________________
Joint Venturer Name: (SEAL)
By: (Signature of joint venture partner – attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.: _______________________ FAX No.: _______________________
Phone and FAX Number, and Address for receipt of official communications:
NOTE: Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.
SSR-12.41.013.0 00 41 00 – 13 Addendum No. 2
BIDDER AFFIDAVIT ON COMPLIANCE
WITH DRUG-FREE WORKPLACE
STATE OF
COUNTY OF
NOW COMES AFFIANT, who being duly sworn, deposes and says:
1. He/She is the principal officer for ______________________________________
__________________________________________________________________
[Insert name and address of bidding entity].
2. That the bidding entity has submitted a Bid to the (B-2)_____________ for the
construction of the project titled:
(A)______________________________
3. That Affiant certifies that the bidding entity has in effect, at the time of submission of its
Bid to perform the construction referred to above, a drug-free workplace program that complies with
T.C.A. § 50-9-101-113; and further, that the bidding entity’s drug and alcohol testing program is
operated pursuant to requirements at least as stringent as those of the program operated by the City of
Franklin as described in the construction specifications.
4. That the affidavit is made on personal knowledge.
Further Affiant says not.
_____________________________________ AFFIANT
_____________________________________ PRINTED NAME AND TITLE OF OFFICER
_____________________________________ SIGNATURE BY PRINCIPLE OFFICER
Sworn to and subscribed before me a Notary Public for the above state and county, on this _______ day
of ___________________________, 20 ____.
___________________________________ NOTARY PUBLIC
My commission expires: ______________
Addendum No. 2 00 41 00 – 14 SSR-12.41.013.0
SSR-12.41.013.0 00 41 00 – 15 Addendum No. 2
NONCOLLUSUION AFFIDAVIT OF PRIME BIDDER
State of _________________________)
) ss.
County of _______________________)
____________________________________, being first duly sworn, deposes and says that:
(1) He is __________________________________________ of __________________
______________________________________________, the Bidder who has submitted the
attached Bid;
(2) He is fully informed respecting the preparation and contents of the attached Bid and of all
the pertinent circumstances respecting such Bid;
(3) Such Bid is genuine and is not a collusive or sham Bid;
(4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest , including this affiant, has in any way colluded, conspired,
connived, or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly , sought by agreement or collusion or communication or conference
with any other Bidder, firm, or person, to fix the price or prices in the attached Bid or of any
other Bidder, or to fix any overhead, profit, or cost element of the Bid price or the Bid prices
of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against the Owner or any person interested in the Contract; and
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of
its agents, representatives, owners, employees, or parties in interest, including this affiant.
By: ____________________________________ Title: _______________________________
SUBSCRIBED AND SWORN TO before me this _______ day of __________________, 20______.
By: ________________________________________
My commission expires _________________, 20____
Addendum No. 2 00 41 00 – 16 SSR-12.41.013.0
SSR-12.41.013.0 00 41 00 – 17 Addendum No. 2
NONCOLLUSUION AFFIDAVIT OF SUBCONTRACTOR
State of _________________________)
) ss.
County of _______________________)
____________________________________, being first duly sworn, deposes and says that:
(1) He is (owner, partner, officer, representative, or agent)
of ___________________________________________, hereinafter Referred to as the “Subcontractor”;
(2) He is fully informed respecting the preparation and contents of the Subcontractor’s
Proposal submitted by the Subcontractor to
_____________________, the Contractor for certain work in connection with the
________________________ Contract pertaining to the
Project in .
(3) Such Subcontractor’s Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the Subcontractor nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, agreed, directly or indirectly, with any other Bidder, firm, or person to
submit a collusive or sham Proposal in connection with such Contract, or has in any manner, directly or
indirectly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the
price or prices in said Subcontractor’s Proposal, or to secure through any collusion, conspiracy,
connivance, or is unlawful agreement any advantage against the City or any person interested in the
proposed Contract; and
(5) The price or prices quoted in the Subcontractor’s Proposals are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this affiant.
By: ____________________________________ Title: _______________________________
SUBSCRIBED AND SWORN TO before me this _______ day of __________________, 20_____.
By: ________________________________________
My commission expires _________________, 20____
Addendum No. 2 00 41 00 – 18 SSR-12.41.013.0
SSR-12.41.013.0 00 41 00 – 19 Addendum No. 2
LETTER FROM SURETY
TO: (B-2)_____________
(E)_____________________
(E-1)____________________
RE: (A)______________________________
Gentlemen:
of (Contractor) (Address) is submitting a proposal
for the above captioned project. If is awarded the Contract (Contractor)
for this Work, will execute a Performance Bond and Labor (Surety)
and Material Payment Bond each in the amount equal to 100% of the said Contract.
Yours very truly,
(SURETY)
by
(Typed or Printed)
(Signature)
(Title)
(Date)
Surety’s Tennessee agent for Service of Process:
Addendum No. 2 00 41 00 – 20 SSR-12.41.013.0
SSR-12.41.013.0 00 41 00 – 21 Addendum No. 2
BIDDER’S BREAKDOWN OF LUMP SUM BID PRICE
The following breakdown of the total lump sum bid is required within 24-hours of the scheduled bid
opening time. Breakdowns shall be sent electronically in PDF format to the Engineer’s office. The price
breakdown shall be fairly apportioned between the various parts of the Work. The information will be
reviewed along with the bid proposals but will not serve as the Basis of Award.
BREAKDOWN OF LUMP SUM BID PRICE
ITEM
NO. DESCRIPTION OR SPECIFICATION DIVISION
ITEM
TOTAL
1. Lump Sum Allowance – Materials Testing, Landscaping,
Additional Spare Parts, Construction Contingencies
($__________________)
2. Division 00 – Procurement and Contracting Requirements
($__________________)
3. Division 01 – General Requirements
($__________________)
4. Division 02 – Existing Conditions
($__________________)
5. Division 03 – Concrete
($__________________)
6. Division 04 – Masonry
($__________________)
7. Division 05 – Metals
($__________________)
8. Division 06 – Wood, Plastics, and Composites
($__________________)
9. Division 07 – Thermal and Moisture Protection
($__________________)
10. Division 08 – Openings
($__________________)
11. Division 09 – Finishes
($__________________)
12. Division 10 – Specialties
($__________________)
Addendum No. 2 00 41 00 – 22 SSR-12.41.013.0
BREAKDOWN OF LUMP SUM BID PRICE
ITEM
NO. DESCRIPTION OR SPECIFICATION DIVISION
ITEM
TOTAL
13. Division 11 – Equipment
($__________________)
14. Division 21 – Fire Suppression
($__________________)
15. Division 22 – Plumbing
($__________________)
16. Division 23 – Heating, Ventilating, and Air Conditioning
(HVAC)
($__________________)
17. Division 26 – Electrical
($__________________)
18. Division 27 – Communications
($__________________)
19. Division 31 – Earthwork
($__________________)
20. Division 32 – Exterior Improvements
($__________________)
21. Division 33 – Utilities
($__________________)
22. Division 35 – Waterway and Marine Construction
($__________________)
23. Division 40 – Process Integration
($__________________)
24. Division 43 – Process Gas and Liquid Handling,
Purification, and Storage Equipment
($__________________)
25. Division 46 – Water and Wastewater Equipment
($__________________)
END OF SECTION
T:\Team41\2012\12410130\Misc\BIDSHEET-Treatment Plant.doc
BID DATE: August 4, 2015 (Revised Addendum No. 1) PROJECT:
FRANKLIN WATER MANAGEMENT DEPARTMENT
WATER TREATMENT PLANT MODIFICATIONS
TIME:
1:00 P.M. (Local Time)
Mandatory Pre-Bid Meeting: July 9, 2015
2:00 P.M. (Local Time)
Location: City Hall Boardroom
PLACE
Office of City Engineer, City Hall
109 Third Avenue S., Suite 142
Franklin, TN 37065
JOB #:
12-41-013.0 DEPOSIT AMOUNT:
$350.00 (non-
refundable)
* S = Supplier C = Contractor Sub = Subcontractor PR = Plan Room
SET
#
*S/C/
Sub/
PR
NAME & ADDRESS OF
CONTRACTOR/SUPPLIER
TELEPHONE #
FAX #
DATE
OF
REQ.
DATE
SENT
CK. #
AMOUNT
METHOD
SHIPPED
ADDENDUM
1
1
S
BAR Environmental
51 Century Boulevard, Suite 307
Nashville, TN 37214
ATTN: Josh Spradlin
(615) 373-0788
FAX: (615) 373-3551 6/23 6/23
Ck #11522
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
2
C
3D Enterprises Contracting Corp.
3257 Lochness Drive
Lexington, KY 40517
ATTN: Bonnie Holder
(859) 222-6618, X 231
FAX: (859) 273-7206 6/23 6/23
Ck #373888
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
3
C
Layne Heavy Civil, Inc.
933 Visco Drive
Nashville, TN 37210
ATTN: Wendy Scudder
(615) 255-3161, X 150
FAX: (615) 726-3807 6/24 6/24
Ck #3926967
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
4
S
Calgon Carbon Corporation
3000 GSK Drive
Moon Township, PA 15108
ATTN: Nancy Sullivan
(412) 787-6810
FAX: (412) 787-6682 6/24 6/24
Ck #1041
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
5
C
Garney Construction
200 Crutchfield Avenue
Nashville, TN 37210
ATTN: Steve Ford
(615) 350-7975
FAX: (615) 350-6067 6/24 6/24
Ck #003643
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
6
S
Southern Sales, Inc.
2937 Kraft Drive
Nashville, TN 37204
ATTN: Brent Fulghum
(800) 843-5523
FAX: (615) 254-0791 6/24 6/24
Ck #411012
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
T:\Team41\2012\12410130\Misc\BIDSHEET-Treatment Plant.doc
* S = Supplier C = Contractor Sub = Subcontractor PR = Plan Room
SET
#
*S/C/
Sub/
PR
NAME & ADDRESS OF
CONTRACTOR/SUPPLIER
TELEPHONE #
FAX #
DATE
OF
REQ.
DATE
SENT
CK. #
AMOUNT
METHOD
SHIPPED
ADDENDUM
1
7
S
Principle Environmental, Inc.
1770 The Exchange SE, Suite 210
Atlanta, GA 30339-2038
ATTN: John Harward
(770) 952-9444
FAX: (770) 952-7933 6/24 6/24
Ck #1120
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
8
C
Judy Construction Company
103 S. Church Street
Cynthiana, KY 41031
ATTN: Seth Nutt
(859) 234-6900
FAX: (859) 234-3480 6/25 6/25
Ck #168231
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
9
C
PC Construction Company
193 Tilley Drive
South Burlington, VT 05403
ATTN: Erica Croker
(802) 651-1238
FAX: (802) 419-4857 6/25 6/25
Ck #1754
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
10
C
Smith Contractors, Inc.
1241 By-Pass North
Lawrenceburg, KY 40342
ATTN: Billy Holiday
(502) 839-4196
FAX: (502) 839-8348 6/26 6/26
Ck #3077
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
11
C
Adams Robinson
2735 Needmore Road
Dayton, OH 45414
ATTN: Melissa Lutz
(937) 274-5318
FAX: (937-274-0836 6/26 6/26
Ck #234440
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
12
C
J. Cumby Construction, Inc.
165 W. Broad St.
Cookeville, TN 38502
ATTN: Justin Cumby
(931) 526-5158
FAX: (931) 526-5171 6/26 6/26
Ck #10312
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
13
C
Building Crafts, Inc.
2 Rosewood Dr.
Wilder, KY 41076
ATTN: Brad Miller
(859) 781-9500
FAX: (859) 781-9505 6/29 6/29
Ck #121278
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
T:\Team41\2012\12410130\Misc\BIDSHEET-Treatment Plant.doc
* S = Supplier C = Contractor Sub = Subcontractor PR = Plan Room
SET
#
*S/C/
Sub/
PR
NAME & ADDRESS OF
CONTRACTOR/SUPPLIER
TELEPHONE #
FAX #
DATE
OF
REQ.
DATE
SENT
CK. #
AMOUNT
METHOD
SHIPPED
ADDENDUM
1
14
C
Cumberland Valley Constructors, Inc.
2518 Plum St., POB 90347 (37209-4518)
Nashville, TN 37207
ATTN: Paul Barnes
(615) 730-6182
FAX: (615) 730-6183 6/29 6/29
Ck #206
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
15
C
Codell Construction Company
4475 Rockwell Road
Winchester, KY 40392
ATTN: David Sumner
(859) 744-2222
FAX: (859) 744-2225 6/30 6/30
Ck #001475
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
16
C
Morgan Contracting, Inc.
916 Katherine Ave.
Knoxville, TN 37921
ATTN: Cindy Springs
(865) 249-8640 X 110
FAX: (865) 249-8651 7/01 7/01
Ck #43503
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
17
S
American Cast Iron Pipe Company
2916 North 16th
Street
Birmingham, AL 35207
ATTN: Candice Moody
(205) 325-7802
FAX: (205) 488-7602 7/02 7/02
Ck #0025092
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
18
C
Brasfield & Gorrie
3021 7th
Avenue South
Birmingham, AL 35233
ATTN: Andi Neighbors
(205) 328-4000
FAX: (205) 714-1978 7/06 7/06
Ck #1579344
$350.00 Pick-up
X
Sent by Fed Ex 7/15/15
19
S
Clow Water Systems Company
2266 South 6th
Street
Main Office Building
Coshocton, OH 43812
ATTN: Estimating
(740) 622-6651
FAX: (740) 622-0805 7/14 7/14
Ck #362568
$350.00 Fed Ex
X
Sent by Fed Ex 7/15/15
20
Sub
Lord & Company, Inc.
2100 Carolina Place Dr.
Fort Mill, SC 29708
ATTN: Morgan Marion
(803) 802-0060 X123
FAX: (803) 802-0070 7/17 7/17
Ck #011867
$350.00 Fed Ex
X
Sent by Fed Ex 7/17/15
COF Project Number: 2015-0062
Project Name: Franklin Water Treatment Plant Modifications SSR Project Number: 12-41-013.0
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
1 6/29/2015 Mike Klein/3D KY
Please refer to Plan Sheet CU2.1 and the profile of the 30” DIP Raw
Water line. None of the existing lines shown in the plan view that
cross this 30” RW line are shown in the profile. A quick review
indicates there may be a conflict with the existing 36” ‘S’ line. Please
refer to Plan Sheet CU1.1. It appears the invert of the 36” ‘S’ line in
the vicinity of where the two lines cross is approximately 603.50 and
the 30” RW invert is approximately 602.50. Please review and provide
additional information as it relates to this potential conflict.
7/13/2015
Proposed 30” raw water line will be realigned to avoid apparent
conflict with 36” sanitary sewer line. Modifications of the 30”
raw water alignment will be provided in Addendum No. 1.
2 6/29/2015 Mike Klein/3D KY
A review of the project requirements and specifically the requirement
to convert the existing Filter Building and Clearwell to a Settled water
feedwell for the membrane feed pumps indicates a complete plant
shutdown will be required for several months. It will take a minimum of
4 to 5 months to complete the modifications and put the plant thru a
startup sequence to achieve reliable production of potable water that
can be discharged into the distribution system. Based on a quick
review of the Specifications and Plan sheets we have been unable to
locate a specific work sequence or find any privilege that would allow
taking any part of the facility, much less the entire plant out of service
for an extended period of time. Please confirm by addendum what the
constraints are for a complete plant shutdown.
7/13/2015
General construction sequence will be provided in Addendum
No. 1. Complete plant shut down will be necessary for the
completion of the work. These shutdowns shall be minimized,
coordinated with the Owner, and constrained to low demand
periods. Actual construction sequence and means and
methods utilized to complete the work are the responsibility of
the Contractor.
3 6/29/2015 Mike Klein/3D KY
As a follow-on to the above question, please advise what the
responsibilities of the Owner and the Contractor will be to maintain the
existing plant equipment and processes that are idle during this
extended plant shut down. When systems are not being used they
have a tendency to have nuisance issues when being placed back in
service after sitting idle for an extended period of time. If there are
repairs or replacements to the existing systems required due to setting
idle, we would assume that the costs to get them back to reliable
operating condition would be covered in the cash allowance for
construction contingencies.
7/13/2015
Owner will be responsible for maintaining any existing systems
that are idled during the plant shutdown period. Most of the
existing systems are being replaced with new equipment
requiring startup by the Contractor. Contractor shall be
responsible for all costs associated with equipment/system and
plant startup as specified in Sections 01 88 23 and 01 88 26.
4 6/30/2015John Williams/Advanced
Paving
We are having problems determining where the light duty and heavy
duty asphalt are actually located. Drawing C2.2 shows location of
“new pavement” and C5.1 shows a requirement and description for
light and heavy duty asphalt paving. I also do not see the location for
the curbing that is described on C5.1.
7/14/2015
All asphalt paving shall be heavy-duty. Detail of light-duty
paving shall be deleted in Addendum No. 1. No curb and
gutter are required for this project and will be deleted in
Addendum No. 1.
5 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
On Sheet Number CS2.2, the new entrance gate is depicted as a
double-swing gate, and the fence detail on Sheet Number C5.5
illustrates a double gate. Section 32 31 00, Item 2.03.H., provides
specifications for sliding gates. Please clarify what gate type is
intended.
7/14/2015
Entrance gate shall be double-swing gate. Specifications will
be modified in a subsequent addendum.
6 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
A new electric operator for the entrance gate is not depicted in the
drawings, and no specifications for an operator are included. Please
confirm what is intended for the entrance gate operator.7/14/2015
Existing gate operator shall be relocated to new gate location.
7 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Please confirm the intended design applicable for new asphalt
pavement (Light-Duty or Heavy-Duty, per the details on Sheet
Number C5.1)7/14/2015
All asphalt paving shall be heavy-duty. Detail of light-duty
paving shall be deleted in Addendum No. 1.
8 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Sheet Number CD1.1 illustrates two areas of existing pavement that
are to be milled and resurfaced, per Note 2. Sheet Number CS2.2
illustrates these two areas to be new (full-depth) asphalt pavement.
Please clarify what is intended.
7/14/2015
Areas to be milled and resurfaced are clarified in Addendum
No. 1.
9 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
What is intended by the double line shown along the south edge of the
new parking spaces southwest of the Treatment Building) on Sheet
Number CS2.2?7/14/2015
The area in question should have only a single line.
Contractors can disregard inadvertent line.
10 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Section 00 72 00, Item 6.02.B., indicates the Contractor shall be
responsible for any costs incurred by Owner's and Engineer's agents
and employees required to be present during work performed by the
Contractor after regular working hours. If this is correct, please identify
the details for the items and applicable costs for which the Contractor
will be responsible.
7/14/2015
The costs cannot be detailed as they will be dependent upon
the scope, nature, and extent of the work performed by the
Contractor after regular working hours. Contractor is
responsible for establishing means, methods, and construction
schedule required to complete work during normal work hours.
11 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Sheet Number SI.1B-07 illustrates joints in the concrete floor slab. Are
these intended to be control joints or construction joints? 7/14/2015
The slab on grade joints may be either a control or a
construction joint except where specifically noted on the
drawings.
12 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
The "Sign" detail shown on Sheet Number A5,2 illustrates metal tube
columns and brick foundation features. What material is intended to
be used for the sign itself? Please provide a manufacturer or model
number for reference, if possible. Additionally, please provide
necessary details for the concrete foundation for the sign.
7/14/2015
The sign can be a Custom Exterior Post and Panel Information
and Wayfinding Sign as manufactured by
ASI Signage Innovations – asisignage.com 800-274-773, or
Approved Equal. Brick planter wall to sit on standard 12” deep
concrete spread footing with top at 16” min. below grade. Sign
installed per manufactures instructions.
13 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Please provide water level elevations for low pool, normal pool, and
high pool of Harpeth River at the Raw Water Intake screen location
shown on Sheet Number CU2.1. 7/14/2015
Pool elevations are provided in Addendum No. 1
BIDDER QUESTIONS LOG
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 1 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
14 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
With regard to the project Bid Form, the equipment manufactures
shown for the base bid do not match the manufactures shown in the
following specification sections:
o Section 43 2117 (Vertical Turbine Pumps)
o Section 43 21 39 (Submersible Pumps)
o Section 46 73 73 (Tube Settlers)
Please clarify which equipment manufacturers are acceptable.
7/14/2015
Please see revised Section 00 41 00 in Addendum No. 1
15 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
With regard to the project Bid Form, Pages 23 and 24 (Bidder's
Breakdown of Lump Sum Bid Price) are to be submitted at the time of
bid. Given the many last-minute changes and the volume of
information that has to be submitted elsewhere in the Bid Form,
please consider allowing Bidders 24 hours after the bid deadline for
submission of these two pages.
7/14/2015
Bidders Breakdown of Lump Sum Bid Price shall be submitted
electronically within 24-hours of the scheduled bid opening.
Please see revised Section 00 41 00 in Addendum No. 1
16 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Section 01 21 00, item 1.02.H.2.a., states the allowance amount is to
be one million dollars (in words), but $750,000.00 is shown. Similarly,
for Item 1.02.H.2.b., it states one hundred thousand dollars (m words),
but $50,000.00 is shown. Please clarify the intended allowance
amounts.
7/14/2015
1.02.H.2.a shall read "seven hundred fifty thousand dollars" in
words. 1.02.H.2.b shall read "fifty thousand dollars" in words.
Allowance schedule shall be revised in Addendum No. 1
17 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Sheet Number CU2.1 illustrates the proposed 30" Raw Water Line will
cross: an existing 12" Reclaimed Water line, a 36" Sanitary Sewer
line, and UGT lines. Please provide elevations for these existing utility
services at their points of crossing the new 30" raw
water line.
7/14/2015
Profile of the 30" raw water line as been modified to avoid
conflict with existing utilities. Revised profile shall be provided
in Addendum No. 1.
18 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Please provide copies of the guaranteed price proposals for the
equipment to be obtained from GE and Trojan. These documents are
not currently included in Appendix B of the project manual. 7/14/2015
Guaranteed Price Proposals for GE and Trojan shall be
provided in Addendum Nol. 1.
19 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Please provide a construction sequence that can be followed in order
to keep the existing plant in operation during construction of the new
facilities.
7/14/2015
General construction sequence will be provided in Addendum
No. 1. Complete plant shut down will be necessary for the
completion of the work. These shutdowns shall be minimized,
coordinated with the Owner, and constrained to low demand
periods. Actual construction sequence and means and
methods utilized to complete the work are the responsibility of
the Contractor.
20 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Will the 2"-thick grout topping on the precast planks at the hydrogen
peroxide storage area (as shown on Sheet Number Sl.1-09) be
required to include fiber reinforcing material (per the specification for
Mix "CF" in Section 03 31 00)?
7/14/2015
Drawing is revised in Addendum No. 1.
21 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Will a corrosion-inhibiting admixture be required per Section 03 31 00,
Item 2.03.D., paragraphs 4 and 5? If so, please provide the locations
where this admixture will be required. 7/14/2015
Corrosion inhibiting admixtures is not required. Specifications
will be modified accordingly in Addendum No. 1.
22 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Section 03 31 00, Item 2.03.D.6., indicates Xypex admixture shall be
provided in concrete for all below-grade structures and all water-
holding structures. Sheet Number Sl.0-07, Note 4, indicates Xypex
admixture is to be used in "all walls below grade." Please confirm the
intent for use of Xypex admixture for the project, (i.e., just the GAC
walls but not the GAC base slab or any of the RWI concrete.)
7/14/2015
Requirement for Xypex admixture in concrete at all below-
grade structures and all water-holding structures has been
removed in Addendum No.1.
23 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Section 03 11 00, Item 3.02, indicates a vapor barrier shall be
provided where shown on the drawings. Thus far, the only call-out for
vapor barrier found on the drawings pertains to the equipment pad
detail on Sheet Number S4.0-07. Please confirm any other locations
where a vapor barrier will be required.
7/14/2015
Vapor barrier is not required. Detail will be modified in
Addendum No. 1.
24 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
Section 03 35 00, Item 3.04.B., indicates bituminous damp-proofing
shall be applied to all below-grade walls. Section 07 13 26, Item
3.4.A., states drainage panels are to be installed over waterproofed
surfaces. Please confirm both of these treatments are to be applied to
all below-grade walls.
7/14/2015
Section 03 35 00 bituminous damp-proofing to be used at all
below-grade walls; in addition, Section 07 13 26
drainage panels are to be installed over waterproofed surfaces
at all below grade walls at the Low Floor Plan,
Lower Room 105.
25 7/7/2015
Owen S. Yocum\OSY
Judy Construction Co.
On Sheet Number Dl.2-02, the proposed Raw Water Pump Station
Valve Vault is indicated to be a precast concrete structure. Given the
size of this structure and the "precastability", a cast-in-place valve
vault may be more economical. Please provide details for a cast-in-
place concrete structure (reinforcing steel details and concrete
dimensions).
7/14/2015
Please proceed with use of a precast vault as designed and
specified. Use of a cast-in-place structure can be revisited
after the bid opening for value engineering purposes.
26 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 26 29 23 does not appear to require that VFDs must be
provided by a single manufacturer. However, paragraph 2.02.B.1
requires all customer interfaces to be the same regardless of
horsepower. Several equipment specifications require VFDs to be
provided by the equipment manufacturer. Are VFDs supplied on the
project required to be by a single manufacturer, and if so, how is this
to be achieved given multiple acceptable VFD manufacturers and
multiple equipment suppliers responsible for providing VFDs?
7/14/2015
All variable frequency drives shall be provided by the
Contractor. Specification sections indicating an equipment
manufacturer provide VFDs shall be revised in Addendum
No.1. Equipment manufacturers shall be responsible for sizing
VFDs to be provided by Contractor.
27 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 43 21 17, 2.02.A requires the pump manufacturer to provide
VFDs. Please confirm.
7/14/2015
All variable frequency drives shall be provided by the
Contractor. Specification sections indicating an equipment
manufacturer provide VFDs shall be revised in Addendum
No.1. Equipment manufacturers shall be responsible for sizing
VFDs to be provided by Contractor.
28 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 43 21 17, 2.05 requires a local control panel to be provided by
the Contractor. No control panel for the High Service Pumps was
found on the drawings. Please clarify.7/14/2015
No local control of the high service pumps is required.
Specification section will be revised in Addendum No. 1
29 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 43 21 29, 2.04.H requires the pump manufacturer to provide
VFDs. Please confirm.
7/14/2015
All variable frequency drives shall be provided by the
Contractor. Specification sections indicating an equipment
manufacturer provide VFDs shall be revised in Addendum
No.1. Equipment manufacturers shall be responsible for sizing
VFDs to be provided by Contractor.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 2 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
30 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 43 21 29, 2.05.F requires the sludge pump control panel, 53-
CP-030, to be provided by the Contractor. Sheet I1.1-05, Note 5
indicates that 53-CP-030 is an OEM panel. Please clarify.7/14/2015
Sludge pump control panel shall be provided and installed by
the Contractor. Note on drawing shall be revised in Addendum
No. 1.
31 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 46 41 23, 2.04 requires VFDs to be located within the MCC in
the electrical room. Where is this MCC located? 7/14/2015
Drives to be located in the control panel provided for the
submersible mixers. Specifications will be modified in
Addendum No. 1.
32 7/9/2015
Brent Fulghum, Southern
Sales - Tencarva
Municipal
Section 22 13 29, 2.01.E requires guide rails and chains for the
pumps. Detail 6, Sheet P5.1 does not appear to account for guide
rails. Please confirm guide rails and chains are required.7/14/2015
Guide rails and chains shall be provided. Detail will be clarified
in a future addendum.
33 7/9/2015
Prebid, Question 1 How are visits to the Water Treatment Plant Site to be coordinated?
7/14/2015
Coordinate with Russell Sullivan, Plant Superintendent. Mr.
Sullivan's contact information is included in Section 00 21 13.
34 7/9/2015
Prebid, Question 2 Are there Buy American requirements on any portions of the
equipment or materials on the project? 7/14/2015
No "Buy American" requirements are included in this project.
35 7/9/2015
Prebid, Question 3 Has there been any additional Geotechnical exploration performed
other than what is included within the specifications? 7/14/2015
All geotechnical exploration has been included in Appendix A
of the Contract Specifications.
36 7/9/2015
Prebid, Question 4 Does Engineer prefer that all questions be submitted in writing?
7/14/2015
All questions should be submitted in writing to allow for official
responses to be provided.
37 7/9/2015
Prebid, Question 5 The drawings indicate a portion of the existing overhead power to be
relocated. Is the contractor or owner responsible for the coordination
of this relocation with the utility? Who is responsible for the cost of
the relocation work?
7/14/2015
Contractor shall be responsible for coordination of the utility
work. Cost shall be included in the Contractor's bid as a cash
allowance added to the project in Addendum No. 1.
38 7/9/2015
Prebid, Question 6 Who is the City point of contact for acquisition of local permits?
7/14/2015
Contractor shall visit the Building and Neighborhood Services
office in City Hall. No cost shall be required for local permits.
39 7/9/2015
Prebid, Question 7 Will clarification be provided on what is light duty and what is heavy
duty paving? 7/14/2015
Yes. In short, all pavement shall be heavy-duty. This shall be
clarified in Addendum No. 1.
40 7/9/2015
Prebid, Question 8 Can delivery of the Bidder's Breakdown of Lump Sum Bid Price which
is currently required to be provided with the bid be pushed back to
allow better pricing information to be provided within this document? 7/14/2015
Bidders Breakdown of Lump Sum Bid Price shall be submitted
electronically within 24-hours of the scheduled bid opening.
Please see revised Section 00 41 00 in Addendum No. 1
41 7/9/2015
Prebid, Question 9 Has there been any discussion of pushing the bid date back?
7/14/2015
Bid date has been revised to 1:00 PM local time on August 4,
2015. This change is reflected in Addendum No. 1.
42 7/9/2015
Prebid, Question 10 Has there been any discussion that the 580 day contract time is too
short? 7/14/2015
Contract times are currently being reviewed with Owner and
Engineer will issue clarification by a future Addendum if
necessary.
43 7/9/2015
Owen S. Yocum. Judy
Construction
Will it be permissible to install the 3” SST Air piping in the annulus of
the casing-carrier pipe crossing under the highway? Please provide
any applicable requirements and\or specifications if this arrangement
is acceptable. If this is not permissible, will the highway crossing for
the 3” Air piping be in an open-cut or a tunnel\bore? 7/14/2015
It is permissible as along as dissimilar metals do not come in
contact with one another resulting in galvanic corrosion. If
Contractor chooses this option, the Contractor is responsible
for any enlargement of the casing pipe that might be necessary
to accommodate the air pipe. No open cut of the roadway will
be permissible for any the work required under this project.
44 7/9/2015
Owen S. Yocum. Judy
Construction
What size and type of storm drain pipe is intended downstream of the
Bioretention Basin, under the new site roadway? 7/14/2015
Revised by sketch in Addendum No. 1.
45 7/9/2015
Owen S. Yocum. Judy
Construction
Section 32 15 00, Item 1.04.A., indicates Temporary Paving shall
consist of 6” of No. 67 Stone. On Sheet Number C5.1, the
“Temporary Gravel Drive Detail” indicates 3”-6” of ¾”x1” stone plus 3”
of #57 Stone plus 2” of Crusher run shall be used. Please clarify the
correct information for Temporary Paving.
7/14/2015
Section 32 15 00 shall be revised in Addendum No.1 to reflect
the design requirements shown in detail on the Contract
Drawings.
46 7/9/2015
Owen S. Yocum. Judy
Construction
Section 32 16 13, Item 3.04.A., indicates the concrete thickness shall
be 6” for sidewalks, curbs, and gutters. The “Sidewalk Joint Detail” on
Sheet Number C5.1 illustrates the thickness of sidewalk to be 5”, and
the “Standard Handicap Ramp” detail on Sheet Number C5.2
illustrates the concrete thickness to be 4”. Please clarify the correct
thickness of concrete for these features.
7/14/2015
All concrete sidewalks shall be 6". All details referencing other
thicknesses shall be revised in Addendum No. 1.
47 7/9/2015
Owen S. Yocum. Judy
Construction
Section 01 11 13, Item 1.11.M., indicates background checks are to
be conducted by the Contractor on all employees of the Contractor,
and by all subcontractors on all of their employees.. Please verify if
this requirement will be waived for this project.
7/14/2015
Background checks are required. Documentation of these
checks will only need to be provided when requested by
Owner.
48 7/9/2015
Owen S. Yocum. Judy
Construction
No mention of prevailing wage rate\fringe benefit requirements are
found in the bid documents. Please confirm prevailing wage
rates\fringe benefits are not required.7/14/2015
Contractor responsible for determining wage rate/fringe benefit
requirements.
49 7/9/2015
Owen S. Yocum. Judy
Construction
Sheet Numbers CU1.1 and CU1.2 indicate the 3” air line from the
Treatment Building to the intake screen is to be stainless steel pipe.
Will HDPE pipe be deemed acceptable for this application?7/14/2015
No. Air line shall be SST as indicated on the drawings.
50 7/9/2015
Owen S. Yocum. Judy
Construction
Sheet Number C5.12 contains details for various aspects of stream
crossings which are based on a full-width crossing of the waterway
with a new utility. As this project will be utilizing a cofferdam on one
side of the stream and not crossing full-width, please verify if these
details will be applicable for the intake screen installation work inside
the limits of the cofferdam.
7/14/2015
Details will be revised in Addendum No. 1.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 3 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
51 7/9/2015
Owen S. Yocum. Judy
Construction
Please identify the elevation of “competent rock” for the foundation of
the Raw Water Intake Pump Station. Boring B-6 was terminated at
elevation 596.4 +\-, but is not indicated to be terminated on refusal.
7/14/2015
Please note that per the Geotechnical Report, refusal was
encountered at 12 feet. Please note that a rock core was
taken to 32 feet. Please note the requirements of Section 02
32 13 as it relates to use of geotechnical information and
reliance for bid purposes. Additional geotechnical work
required by Contractor to establish a basis for their bid shall be
at Contractor’s sole expense.
52 7/10/2015
Owen S. Yocum. Judy
Construction
Will the project bid date be changed? (This was asked during the Pre-
Bid Meeting.) 7/14/2015
Bid date has been revised to 1:00 PM local time on August 4,
2015. This change is reflected in Addendum No. 1.
53 7/10/2015
Owen S. Yocum. Judy
Construction
Will the proposed construction time (580 calendar days to Final
Completion) be changed? (This was asked during the Pre-Bid
Meeting.)7/14/2015
Contract times are currently being reviewed with Owner and
Engineer will issue clarification by a future Addendum if
necessary.
54 7/10/2015
Owen S. Yocum. Judy
Construction
On Sheet Number A6.1, the proposed stairs in the GAC are illustrated
to be galvanized pan stairs (but not specifically called out as such).
Would aluminum stair treads\risers be an acceptable alternate to the
galvanized pan stairs?
7/14/2015
Yes - Aluminum stair treads\risers is an acceptable alternate.
55 7/10/2015
Owen S. Yocum. Judy
Construction
Section 05 53 00 indicates the trench covers in the Treatment Building
are to be ¾”-thick, mill finish steel checkered plate. The specification
also identifies a maximum weight of 80 pounds per panel (grating or
plate). As the ¾”-thick checkered plate weighs 31.68 pounds per
square foot, so a 3’-wide by 1’-long panel (for the 3’-wide trench) will
weigh 117 pounds +\-. Please verify what size panels will be
acceptable in light of these weights. Additionally, the specified
checkered plate is not readily available and difficult to obtain. Would a
smooth-finish, ¾”-thick steel plate with a slip resistant coating (Slip-
Not or Mebac) be an acceptable alternate to the specified checkered
plate?
7/14/2015
Maximum panel size shall be 15 sf or 500 pounds, whichever is
more restrictive. Smooth finish with slip resistant coating is
acceptable. Size and material finish will be clarified in
Addendum No. 1.
56 7/10/2015
Owen S. Yocum. Judy
Construction
Would component aluminum picket railing be an acceptable alternate
to the galvanized picket rail? 7/14/2015
Yes - Aluminum picket railing is an acceptable alternate.
57 7/10/2015
Owen S. Yocum. Judy
Construction
On Sheet Number D1.1-05, it appears new handrail is intended to be
installed around existing Settling Basins No. 2 and No. 3 (shown in
bold). The handrail shown around existing Settling Basin No. 1 is not
shown in bold. Sheet Number DD1.1-06 does not indicate the existing
handrail is to be removed on these basins. Is it intended for new
handrail to be installed around existing Settling Basins No. 2 and No.
3?
7/14/2015
No. The rendering of handrail around Basins 2 and 3 was not
properly screened. All handrail depicted around the settling
basins is existing.
58 7/10/2015
Owen S. Yocum. Judy
Construction
Section 00 41 00,(Bid Form), Page 5, indicates “Total Base Bid (Sum
Total of Items 1 thru 13), (in figures)”. Should this be “Items 1 thru
14”?7/14/2015
Please see revised Section 00 41 00 in Addendum No. 1
59 7/10/2015
Owen S. Yocum. Judy
Construction
Section 09 96 00 includes several manufacturers of wood stain
products, but wood stain is not listed in the Paint System Schedule
(Table A-1) or the Finish Schedule (Table A-2). Please confirm if the
wood barn doors are to be pre-finished or are intended to receive a
wood stain product.
7/14/2015
Wood barn doors to be site finished with stain or paint, as
selected by Architect following exterior finish/color selection
coordination with Owner. System and finish schedule for wood
doors will be provided in a future addendum.
60 7/10/2015
Brad Miller, Building
Crafts, Inc.
Please clarify which materials, equipment or work items are exempt
from Tennessee sales tax. The legal reference noted in 00 21 13,
paragraph 22.1, does not seem to be correct.
7/13/2015
Legal references refer to TCA-67-6-101 and what follows. In
totality, this Code describes Tennessee Law relating to sales
and use taxes. Contractor is responsible for determining which
equipment, if any, is exempt from State sales and use taxes
and applying for all authorizations required to receive any and
all tax exemptions.
61 7/10/2015
Brad Miller, Building
Crafts, Inc.
Can the contractor utilize the framing shown on S1.4-07 to support
process piping?
7/13/2015
24"-MBP, 16"-MBP,10"-MBP, and 10"-BRJ lines located above
elevation 658.00' have been accounted for in the design of the
steel roof members shown on Sheet S1.4-07.
62 7/10/2015
Brad Miller, Building
Crafts, Inc.
Please clarify what must be submitted to satisfy the requirements for
submitting a “Mass Concrete Study” as specified in Note 1 on drawing
S1.1-02. What structures does this cover? If we comply with the joint
requirements given in note 2, is the study still required?
7/13/2015
A mass concrete study is required for slabs and walls thicker
than 3’-0”. The report will be prepared and sealed by an
engineer licensed in the project state and will address any
measures that are to be taken to cope with the generation of
heat from hydration of the cement, the assumed temperatures
during concrete pours, and attendant volume change to
minimize cracking. The report shall adhere to ACI guidelines
and is required regardless of joint requirements shown.
63 7/10/2015
Brad Miller, Building
Crafts, Inc.
Can excavations that extend into rock (ie. Treatment Building
Basement and Pump Station) be excavated near vertical as long as
we comply with OSHA regulations? The structural drawings show #57
stone backfill extending away from the top slab of these structures at a
45 degree angle.
7/13/2015
See Section 31 50 00, Article 3.01 and 3.02 for sheeting and
bracing requirements. Drawings to be revised in Addendum
No. 1.
64 7/10/2015
Aaron McConnell, Hayes
Drilling Inc.
Can you verify that there are 117 anchors in the lower level foundation
plan (S1.0-07)?
7/13/2015
Per note on Sheet S1.0-07, rock anchors are to be spaced at
6’-6” o.c. (max) for the entirety of the lower level foundation.
Rock anchors shall not be located more than 3’-3” away from
any corner of foundation or edge of foundation. Quantity
takeoff shall be the responsibility of the contractor in order to
adhere to these requirements.
65 7/10/2015
Aaron McConnell, Hayes
Drilling Inc.
Will an alternate to the Fosroc 10-35 Tekroc P grout be allowed? I
would like to substitute the Williams Form Wil-X grout.7/13/2015
Williams Wil-X cement grout is an acceptable manufacturer.
Specifications will be revised in Addendum No. 1.
66 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
The index to the Specifications indicates that Appendix B includes
guaranteed price proposals for the Membrane Filtration System and
the Ultraviolet Advanced Oxidation System. Neither of these are
included in our Specifications. Please provide these essential
documents.
7/14/2015
Guaranteed Price Proposals for GE and Trojan shall be
provided in Addendum Nol. 1. 7/21/2015: Provided in
Addendum No. 1.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 4 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
67 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Specification Section 43 21 39 states Sulzer/ABS, KSB, Flygt-USA or
Wilo-USA. The bid form has lines for ABS, Flygt and KSB. Please
clarify.7/14/2015
Please see revised Section 00 41 00 in Addendum No. 1
7/21/2015: Clarified in Addendum No. 1.
68 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Specification Section 43 21 17 states Flowserve or Xylem. The bid
form has lines for Fairbanks Morse, Floway and Goulds. Please
clarify.7/14/2015
Please see revised Section 00 41 00 in Addendum No. 1
7/21/2015: Clarified in Addendum No. 1.
69 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Specification Section 46 33 44 states Watson-Marlow and no or
equals. The bid form has lines for alternate manufacturers Blue-White
or Verder. Please clarify. 7/14/2015
Specification shall be modified as necessary in a future
addendum. Note that Article 2.01.A.2 allows approved equals
for the peristaltic pumps. Additionally, Watson-Marlow shall be
used in calculating Contractor’s base bid.
70 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Specification Section 46 43 73 lists Enviropax as approved. The bid
form does not include Enviropax. Please clarify.7/14/2015
Please see revised Section 00 41 00 in Addendum No. 1
7/21/2015: Clarified in Addendum No. 1.
71 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Plan sheet G0.10, in Note 4, there is a statement “…per Specification
15260”. There is no such section. Please clarify.7/14/2015
Note should read Section 40 41 13. Will be revised in
Addendum No. 1. 7/21/2015: Clarified in Addendum No. 1.
72 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Plan sheet G0.10, under Test Type, there is a statement “A through G
– see Specification 02735”. There is no such section. Please clarify.7/14/2015
Note should read Section 33 13 00. Will be revised in
Addendum No. 1. 7/21/2015: Clarified in Addendum No. 1.
73 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Valve schedule on plan sheet G0.9 shows 10-PV-03 as a flanged
valve. Plan view on sheet CU1.1 shows this as a buried valve. Should
this valve properly be MJ rather flange ends? Please clarify. 7/21/2015
Valve shall have MJ connectors. Valve schedule shall be
revised in Addendum No. 2.
74 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Valve boxes described in Section 33 12 00, paragraph 2.28 do not
match the detail shown on plan sheet C5.4. Which is correct?
7/21/2015
Valve boxes shall consist of precast concrete risers with cast
iron frames and covers. Manufacturers: Hula Concrete
Products, Hickman, TN or approved equal (box) and John
Bouchard No. 8006 or Vulcan No. V-8455. Specification
section shall be revised in Addendum No. 2.
75 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Section 33 12 00, paragraph 2.37, C. is an incomplete sentence.
Please clarify.7/21/2015
Delete incomplete sentence in its entirety. This will be clarified
in Addendum No. 2.
76 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheets CU1.1 and CU1.2. Can the 3” SS air line to the
screen be run at a minimum cover between the plant and the river
bank? If not, please specify elevations.7/21/2015
See Sheet C5.2. Minimum cover shall be 36” for all utility lines
unless otherwise identified on the drawings.
77 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
The air line to the screen is labeled “AIR” on plan sheets CU1.1 and
CU1.2. Section H on plan sheet D3.7-07 labels this line as “AMP”.
There is no “AMP” on the pipe schedule on plan sheet G0.10. Please
clarify.
7/21/2015
Line on sheet D3.7-07 should be labeled AHP. This will be
revised in Addendum No. 2.
78 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Can bidders assume a 12” road bore under Lewisburg Pike for the 3”
AIR line? Or do you want it stuffed into the tunnel under Lewisburg
Pike?
7/21/2015
It is permissible to construct the 3” air line inside the casing
pipe as along as dissimilar metals do not come in contact with
one another resulting in galvanic corrosion. If Contractor
chooses this option, the Contractor is responsible for any
enlargement of the casing pipe that might be necessary to
accommodate the air pipe. No open cut of the roadway will be
permissible for any the work required under this project.
79 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet CU1.2, 6 foot diameter located near the north
corner of the proposed membrane building. This manhole has one 8”
and one 16” line coming in. The outlet line has a 45 degree bend
labeled as 12”. Is this correct? Please verify line size from the new
manhole to the connection at the existing manhole.
7/21/2015
Clarified in Addendum No. 1.
80 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Please explain Note 7 on plan sheet S1.0-05. Is contractor required to
design and furnish the two stairs? Why doesn’t SSR have these
designed? What is the scale of the plan view? 7/21/2015
Note 7 directs the Contractor to provide stair calcs and shop
drawings sealed and signed by an engineer licensed in the
project state. Plan view to be re-issued with scale in
Addendum No. 2.
81 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet D1.1-05. The only bold line indication for new
handrail is at Basin 2. Can you please verify how much new handrail is
required on plan sheet D1.1-05?7/21/2015
No. The rendering of handrail around Basins 2 and 3 was not
properly screened. All handrail depicted around the settling
basins is existing.
82 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference Section 46 43 73, paragraph 3.03. Do you really need three
days manufacturer’s service for tube settlers? Start up and training?7/21/2015
Manufacturer’s services for tube settlers shall be revised to a
total of 2 days in Addendum No. 2.
83 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
The Specification Index lists the Peristaltic Pumps as Section 46 33
44. In the Specifications, the Peristaltic Pumps are actually in Section
46 43 44. Please clarify.7/21/2015
Table of Content should read 46 43 44. Table of Contents to
be revised to match specification section.
84 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Section 46 43 44 Peristaltic Pumps shows six pumps for the project.
All six are designated 57-MP-xxx. Where on the drawings are these
pumps shown? Sheet IS1.0 shows three pumps in the Chemical Feed
Building, two in the Chlorine Building and one in the Filter Control
Building. I do not see any details for these locations in the process
drawings. They do not appear in the electrical drawings anywhere.
Please clarify.
7/21/2015
Section 46 43 44 requires seven (7) pumps identified as
follows: 57-MP-210, 57-MP-110-1, 57-MP-110-2, 57-MP-310-
1, 57-MP-310-2, 57-MP-410, N/A (i.e. shelf spare). Pumps are
shown on IS1.0 and five (5) are noted on Sheet ES1.0.
Peristaltic pumps replace existing chemical feed pumps and
will connect to existing circuits as noted on electrical drawing
ES1.0, Note 13.
85 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet I6.1-02. Schematic shows 24” DIP from intake
screen that is 30” on other drawings. Also, the air burst line to the
screen is shown here as 4” while shown as 3” on other drawing. The
plug and check valves on the discharge lines for pumps 10-P-110-A
and –B are shown as 8” instead of 18” as shown elsewhere. Please
clarify.
7/21/2015
Intake line is 30”. Air line is 3”. Plug and check valves for
pumps 10-P-110-A and –B shall be 18”. Schematic shall be
revised in Addendum No. 2.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 5 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
86 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Plan sheet G0.10 indicates that MBP pipe greater than or equal to 8”
is to be flanged 304L SST or ductile iron pipe. Sheets D1.1-07, D3.4-
07, D3.5-07, D3.7-07, D3.8-07 and D4.3-07 do not show flanged joints
for the 8”, 12” and 20” MBP pipe that runs perpendicular to the
membrane modules. Please clarify what kind of pipe and joints are
required here.
7/21/2015
Piping shall be welded Schedule 10S SST pipe. Pipe schedule
shall be revised in future addendum.
87 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet D3.5-07, near the center of the page. A butterfly
valve to the right of the two 20” MBP lines that drop down to the UV
units is labeled as a 24” valve, even though it is on a 20” line. Please
clarify. Also, what is the piece between the two 20” tees down to the
UV units? It is not labeled and this symbol does not appear on the
legend.
7/21/2015
Valve shall be relabeled as 20” valve in Addendum No. 2.
Piece referenced is ductile iron spool piece.
88 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference the Sodium Hypochlorite/Fluoride Inject Vault No. 2 on plan
sheet CU1.2. Is this intended to be shown in the Chlorine/Fluoride
Injection Vault Detail on sheet DX5.5? If so, why does the detail show
the main line as being 36” Filtered Water? Shouldn’t it be 16”
Permeate Water? Please clarify.
7/21/2015
Pipe size was mislabeled. Note shall be revised.
89 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference the Sodium Permanganate Inject Vault No. 1 on plan sheet
CU1.3. The detail on sheet DX5.5 shows the main line as being 36”
Filtered Water? Since this line is existing, can you provide a depth of
cover so the vault can be sized for depth? Please clarify line size and
depth.
7/21/2015
Line size is 16”. Depth at vault location is unknown.
Centerline of existing 16” line near the existing pretreatment
tank is roughly 646.50’.
90 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
What size are the hatches for the two injection vaults on plan sheet
DX5.5?7/21/2015
Reference manufacturer and model number shown on sheet.
Dimensions as provided by manufacturer for specified model
number.
91 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Are the two injection vaults required to have Xypex additive?
7/21/2015
No. Xypex admixture is not required.
92 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
What is the depth of the existing 21” sewer line that the new 4” Filter
Building sewer ties into as shown on plan sheet CU1.2?7/21/2015
Reference existing site survey shown on sheet CS1.1 for
depth of existing 21” sewer.
93 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference Section 46 99 13, paragraph 3.01, A., 8. Schedule. Plan
sheet DX5.5 shows two injector quills at the Sodium Hypochlorite
Vault while the schedule only shows one. Also the detail is labeled
“Chlorine/Fluoride” and not Sodium Hypochlorite. Please clarify.
7/21/2015
Second injection quill is for hydrofluosilicic acid. This injection
assembly shall be added to schedule in Addendum No. 2. All
references to chlorine shall be revised to sodium hypochlorite
in Addendum No. 2.
94 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference Section 40 90 00, paragraph 2.12., C. Where is the 18”
Raw Water Flow Meter 10-FIT-002 physically located?7/21/2015
Flow meter shall be installed in existing “Raw Water Meter Pit”.
See sheet CS1.1 for location of existing pit.
95 7/10/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet D3.9-07. There is a callout for 4” Backwash
Flow Meter 22-PSH-601. This meter does not appear in Section 40 90
00. Please clarify.7/21/2015
Flow meter is mislabeled. This should be meter 22-FIT-601
scheduled to be provided by GE as part of the membrane
filtration package.
95 7/14/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet CG1.1. There are two headwalls with pipe in
between them at the front of the plant across the new access road
that bears to the left. What size is the pipe and what are the invert
elevations?
7/24/2015
Clarified in Addendum No. 1.
95 7/14/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet CS2.1. Please identify whether the access drive
to the new raw water pump station is light duty or heavy duty
pavement (see details on sheet C5.1).7/24/2015
All pavement on the project has been changed to heavy duty in
Addendum No. 1.
95 7/14/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet CS2.2. Please identify what pavement is light
duty or heavy duty pavement (see details on sheet C5.1). 7/24/2015
All pavement on the project has been changed to heavy duty in
Addendum No. 1.
95 7/14/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference plan sheet CS2.2. Are the two solid lines between
N573,397.41|E1,715,585.15 and N573,432.06|E1,715,614.23
intended to indicate a concrete curb (see detail on sheet 5.1)? Is curb
and gutter required anywhere else?
7/24/2015
The area in question should have only a single line.
Contractors can disregard inadvertent line.
95 7/14/2015
Paul Barnes,
Cumberland Valley
Constructors, Inc.
Reference Modified Standard General Conditions, Section 6.14 on
page 00 72 00-48. Is the Safety Representative intended to be one
person dedicated solely to safety with no other duties? Or, can
another contractor representative have duties that include being the
Safety Representative? Please clarify.
7/24/2015
Representative can have other duties onsite but shall be
qualified and experienced in safety and accident prevention.
96 7/15/2015
Donelson Roofing Can attached Hunter nail base be approved for under the metal roof?
Spec sheet is attached.
97 7/15/2015
Donelson RoofingThere are several different wall panels shown on the drawing but only
one is specified. Can you clarify that the different wall panels are?
98 7/15/2015
Donelson Roofing Can you clarify that the wall panels will have a KYNAR finish and not
be anodized as specified? Same with items in the sheet metal
specification.
99 7/17/2015
Owen S. Yocum\OSY
Judy Construction Co.
Sheet Number CU2.1, issued in Addendum No. 1, seems to indicate
the 54" casing pipe is to extend from the outside face of the RWI
Pump Station wass to the 90 degree bend of the 30" DIP carrier pipe
(the full horizontal length of the carrier pipe). Please confirm a
tunnel\bore installation of the 54" casing pipe for the full length is what
is required.
7/21/2015
54” casing pipe shall be of length necessary to complete the
work.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 6 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
100 7/17/2015
Owen S. Yocum\OSY
Judy Construction Co.
With regard to Section 00 41 00 - 17 (Noncollusion Affidavit of
Subcontractor), given the last-minute activity that occurs immediately
before the bid deadline, it will be impossible to submit this form for all
subcontractors. Please consider allowing this item to be submitted
within 24 hours after the bid deadline, as is the case for other pages of
the Bid Form.
7/21/2015
This information can be provided within 24-hours of the notice
of recommendation of award. Bid Form will be revised to
reflect this in Addendum No. 2.
101 7/17/2015
Owen S. Yocum\OSY
Judy Construction Co.
With regard to Section 00 41 00 - 21 (Statement of License
Certificate), as stated above, it will be impossible to submit this form
for all subcontractors. Please consider allowing this item to be
submitted within 24 hours after the bid deadline for subcontractors.
This item will be prepared for the Contractor and submitted with the
rest of the required bid documents at bid time.
7/21/2015
Requirement to submit this statement has been removed from
the project. Bid Form will be revised to reflect this in
Addendum No. 2.
102 7/17/2015
Scott Terry/Stansell
Electric Ductbank B-B has 8 conduits, 2 of which are labeled spares, 5 of
them will each contain a set of 4#500KCM, but there is still an
eighth conduit unaccounted for. What goes in that conduit?
7/17/2015
It is a Spare Conduit
103 7/17/2015
Scott Terry/Stansell
Electric Can you explain the “Conduit W.O. Neutral” column heading? 7/17/2015
It Means Without Neutral.
104 7/17/2015
Scott Terry/Stansell
ElectricThe single-line power distribution diagram on the same page
(E6.1) indicates a “65” tag number on the center 60A VFD
branches, but the tag number is not in the schedule. Which type
of wire will feed those VFDs?
7/17/2015
The tag number should read 60 in lieu of 65.
105 7/17/2015
Scott Terry/Stansell
Electric Similarly, there is an unidentified tag number “130” that feeds the
UV System Control Panel. Which type of wire will feed those?7/17/2015
The tag number should read 125 in lieu of 130.
106 7/14/2015
Owen S. Yocum\OSY
Judy Construction Co. Please confirm there is no requirement for painting\coating any
existing surfaces in any existing structures as part of this project.7/24/2015
Contractor is responsible for determing the quantity and type of
all painting and coatings required by the Contract Documents.
107 7/14/2015
Owen S. Yocum\OSY
Judy Construction Co.It is customary for the GE Membrane Equipment to be
commissioned and performance-tested for an extended period of
time (usually 60-75 days). Will the Owner be responsible for
providing utility services (electric, water, etc.) and chemical
products required for the start-up period and performance testing
period?
7/24/2015
No. Reference Section 01 88 23 and 01 88 26 for
requirements of consumables during system startups and plant
startup. In general, contractor responsible during equipment
startup. Once the plant is to be started up, Owner responsible
for utilities and disposal of waste. Contractor still provides
consumables, chemicals, parts, etc.
108 7/14/2015
Owen S. Yocum\OSY
Judy Construction Co. The GE Membranes will arrive at the site having been shipped in
a glycerin solution. Can this solution be disposed of at the water
treatment plant site (discharged into the sanitary sewer system)?
109 7/21/2015
Owen S. Yocum\OSY
Judy Construction Co.Drawings indicate the Flouride piping and the Sodium
Hypochloride piping are to be installed in a single 2" casing pipe
to the injection vault. The specifications indicate all buried
chemical lines are to be installed in double contained pipe. If this
requirement is accurate, it will require 2 separate runs of 3"
double contained pipie for these two chemical lines. Please
clarify what is intended.
7/24/2015
All buried chemical lines are to be installed using a double
containment pipe system unless othewise indicated on the
Contract Drawings. Specification will be modified to reflect this
in Addendum No. 2.
110 7/21/2015
Owen S. Yocum\OSY
Judy Construction Co.Please specify the type of tubing required for the Flouride piping. 7/24/2015
HDPE tubing shall be utilized for hydrofluosilicic acid solution.
Pipe schedule shall be updated to reflect this change.
111 7/21/2015
Corey Higgins/Stansell
Electric
Sheet EP1.2-02: There is a keyed note “1” near the D6 intersection
guidelines without explanation. Please clarify. 7/21/2015
Omit the keyed note
112 7/21/2015
Corey Higgins/Stansell
Electric
Sheet EP1.2-02: Near F3, there is a box referring to “EP1.0-07 for 62-
CP-01 Control Panel”, but I do not have this sheet. Will this page be
provided?7/21/2015
Sheet referred to shall be EP1.2-01 in lieu of EP1.0-07
113 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Section 26 02 00 (“Common Work Results for Electrical”) indicates
submittal documents for fire alarm point-to-point drawings (with
product data) are required. No specification section for the fire alarm
is included in the bid documents. If submittals are required for the fire
alarm, please provide the applicable specifications.
114 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Are electrical disconnects required for the raw water intake pumps? If
yes, please provide the applicable details.
115 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Are electrical disconnects required for the 480-volt, electrically-
actuated valves? If yes, please provide the applicable details.
116 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Reference Sheet No. ES1.0: Do the controls (Note 15) run through
the 48”x48”x60” pull box, along with the underground electric duct
bank, servicing the Raw Water Intake (Note 2)? If no, will a separate
pull box be required?
117 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Sheet No. E0.1 illustrates Water Heater WH-1-1. What is the source
of power for this water heater? As it is 480-volt service, will an
electrical disconnect be required?
118 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Sheet No. E0.1 illustrates a 2.5” conduit on the feeder schedule for
the High Service Pumps (55-P-110-A,B,C). On Sheet No. E5.1, duct
bank feed D-D shows this to be 4” conduit. Please clarify what is
intended.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 7 of 8
#Date
ReceivedReceived From
Bidder Question Date
Response
Provided
Engineer Response
119 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
On GE Drawing 501362-AP-06, Note 3 calls for a capped connection
off of the permeate line for temporary recirculation during startup
operations. Typically, this line would run from the permeate effluent
back to the settled water influent. Please provide the applicable
details for the installation of the temporary line, including isolation
valves.
120 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
On GE Drawing 501362-AP-06, Note 2 calls for startup water to be
added to the back- wash tank through the manway. Will the water
have to be domestic water (in order to limit the potential for bacterial
growth in the tank)? If yes, please provide applicable details for the
installation and routing of the domestic water line.
121 7/23/2015
Owen S. Yocum\OSY
Judy Construction Co.
Addendum No. 1 indicates the Raw Water Pump Station is to be made
operational during the first one-third of the project schedule. How is
power for the Raw Water Intake pumps and all related equipment
(including the blower for the airline to the new screen) to be provided?
Please provide applicable power diagrams and details.
T:\Team41\2012\12410130\Bidding\Bidder Questions Log-FWTP.xls
Smith Seckman Reid, Inc.
Page 8 of 8
NRS12.195
Pursuant to the Tennessee Water Quality Control Act of 1977 (T.C.A. § 69-3-101 et seq.) and
supporting regulations, a permit is required to alter the properties of waters of the state. Also,
pursuant to §401 of the Clean Water Act (33 U.S.C. 1341), an applicant for a Federal license or
permit which may result in a discharge into the waters of the U.S., shall provide the federal
licensing or permitting agency a certification from the State in which the discharge will
originate. This permit does not preclude requirements of other federal, state or local laws.
Accordingly, the Division of Water Resources requires reasonable assurance that the activity will
not violate provisions of the Tennessee Water Quality Control Act of 1977 (T.C.A. §69-3-101 et
seq.) or provisions of §§301, 302, 303, 306 or 307 of the Clean Water Act.
Subject to conformance with accepted plans, specifications, and other information submitted in
support of the application, the state of Tennessee hereby authorizes pursuant to 33 U.S.C. 1341
certifies and T.C.A. §69-3-101 et seq., the activity described below:
PERMITTEE City of Franklin
Water Management Department
405 Hillsboro Road
Franklin, Tennessee 37064
AUTHORIZED WORK: This permit authorizes withdrawal of water at a maximum
pumping rate of 7,800 gpm (11.2 mgd) from the Harpeth River for use as municipal water supply
by the City of Franklin. The withdrawal is used to fill an off-river open earthen reservoir with a
114 million gallon design capacity from which the water is pumped to the treatment plant when
needed. This permit authorizes a withdrawal of 20 percent of the instantaneous flow of the river.
Withdrawal is not authorized if it reduces or occurs at instream flows below10.0 cubic feet per
second, or when dissolved oxygen concentrations are at or below 5.0 parts per million.
This permit also authorizes construction of new intake facilities in the Harpeth River.
LOCATION: Harpeth River in Franklin, Williamson County
EFFECTIVE DATE: July 2, 2015
EXPIRATION DATE: July 1, 2020
___________________________________
Tisha Calabrese Benton
Director, Division of Water Resources
City of Franklin
NRS12.195
Page 2 of 13
Table of Contents
PART I 4
CONDITIONS ............................................................................................................................4
Special Conditions: ..............................................................................................................4
Interim Compliance .............................................................................................................4
Long Term Compliance .......................................................................................................5
Intake Construction ..............................................................................................................6
General Conditions ..............................................................................................................7
PART II 7
MONITORING REQUIREMENTS AND PROCEDURES ......................................................7
Flow Monitoring ..................................................................................................................7
Withdrawal Monitoring .......................................................................................................8
Dissolved Oxygen Monitoring .............................................................................................8
Biological Monitoring ..........................................................................................................8
Submission of Monitoring Results ......................................................................................9
Records Retention ................................................................................................................9
Falsifying Results and/or Reports ........................................................................................9
PART III 10
Duty to Reapply .................................................................................................................10
Property Rights ..................................................................................................................10
Other Information ..............................................................................................................10
CHANGES AFFECTING THE PERMIT ................................................................................10
Transfer/Change of Ownership ..........................................................................................10
Change of Mailing Address ...............................................................................................11
NONCOMPLIANCE ................................................................................................................11
Effect of Noncompliance ...................................................................................................11
Reporting of Noncompliance .............................................................................................11
Adverse Impact ..................................................................................................................12
LIABILITIES ............................................................................................................................12
City of Franklin
NRS12.195
Page 3 of 13
Civil and Criminal Liability ...............................................................................................12
Liability under State Law...................................................................................................12
REOPENER: .............................................................................................................................12
APPEAL: ..................................................................................................................................13
City of Franklin
NRS12.195
Page 4 of 13
PART I
Conditions
Special Conditions:
1. River flow in the Harpeth River shall not be reduced below 10.0 cubic feet per second (cfs)
as a result of the withdrawal, nor shall withdrawal proceed when the flow in the river is
below 10.0 cfs.
2. The rate at which water is withdrawn from the river shall not exceed 20 percent of the river’s
instantaneous, pre-withdrawal flow.
3. Withdrawal from the Harpeth River shall not occur when the dissolved oxygen in the river at
the approved monitoring location is at or below 5.0 parts per million.
4. River flow shall be measured to represent instantaneous river flow as background, pre-
withdrawal flow at the location of withdrawal. River flow shall be recorded and reported
monthly to the department (see Part II, Monitoring Requirements and Procedures).
5. Withdrawal rate shall be measured, recorded, and reported monthly to the department (see
Part II, Monitoring Requirements and Procedures).
6. Biological health of the source river shall be monitored annually during the duration of this
permit (see Part II, Monitoring Requirements and Procedures).
7. To ensure uninterrupted drinking water service to the City of Franklin’s customers during
unique circumstances associated with emergency conditions, the city may submit for review,
alternative withdrawal conditions and associated conservation measures to protect public
health and welfare under emergency conditions. In order to withdraw under alternative
conditions, the City must obtain written authorization from the department.
Interim Compliance
Until the long-term compliance monitoring systems for river flow measurement, dissolved
oxygen measurement, and the measurement, control and recording of the withdrawal rate are in
place, the following special conditions apply:
1. The permittee shall use the existing United States Geological Survey (USGS) gage at
Highway 96 (03432350 HARPETH RIVER AT FRANKLIN, TN) for permit compliance
purposes.
2. For the purposes of evaluating gage accuracy, the City shall at least weekly physically
examine debris buildup or other significant change to the channel. Debris buildup or
significant change to the channel shall be reported to the USGS immediately and noted on
the monthly operational report.
3. To represent instantaneous river flow as background, pre-withdrawal flow at the location of
withdrawal, USGS real-time flow data shall be adjusted using the following formula:
QR-WTP = QR-USGS + qwtp - qLocal
City of Franklin
NRS12.195
Page 5 of 13
Where :
QR-WTP = Harpeth River Flow at the water treatment plant intake in cfs
QR-USGS = Harpeth River Flow at the USGS gage # 03432350 in cfs
qwtp = water treatment plant intake withdrawal rate in cfs
qLocal= 0.0455 x QR-USGS (correction factor for local area inflow between water treatment
plant intake and USGS gage in cfs)
4. To control, measure, and record the rate of withdrawal to maintain compliance, during
periods of withdrawal the permittee shall, on an least an hourly basis :
Record the available real-time, provisional flow from USGS gage # 03432350.
Calculate and record QR-WTP using the formula described above.
Adjust the variable speed drive to achieve a pumping rate that does not exceed 20% of
the QR-WTP, and maintains a minimum of 10.0 cfs river flow downstream of the intake.
Record the resulting percent of river flow withdrawn.
5. To comply with permit conditions and protection of the minimum dissolved oxygen water
quality standard, the permittee shall manually measure dissolved oxygen levels using a
calibrated hand-held meter with a minimum resolution of 0.01 mg/L and accuracy of ±0.2
mg/L, measured and recorded at least daily between 6:00 am and 7:00 am. Measurements
shall be obtained at the public canoe launch located at the old dam site off Highway 431,
upstream of first cross-vane, and as close to mid-channel, mid-depth of the river as is
practicable under the ambient flow conditions. If optional monitoring after 7:00 am indicates
the dissolved oxygen level to be above 5.0 parts per million, then withdrawal may resume.
All data will be recorded on the Hourly Rounds Form, and used to submit the required
monitoring reports as outlined in Part II - Monitoring Requirements and Procedures.
Long Term Compliance
1. The mechanism(s) that will be used to measure instantaneous river flow in a manner
representative of the background, pre-withdrawal flow at the location of withdrawal shall be
presented to the department for review and written approval prior to construction or
installation. The approved mechanism(s) must be installed and functional no later than
October 1, 2015.
2. The mechanism(s) that will be used to measure dissolved oxygen in the river to comply with
permit conditions and protection of the minimum dissolved oxygen water quality standard
shall be presented to the department for review and written approval prior to construction or
installation. The approved mechanism(s) must be installed and functional no later than
October 1, 2015.
3. The mechanism(s) that will be used to control, measure, and record the rate of withdrawal to
maintain compliance shall be presented to the department for review and written approval
prior to construction or installation. The approved mechanism(s) must be installed and
functional no later than October 1, 2015.
4. If a scheduled item above is delayed due to circumstances beyond the permittee’s control, the
permittee shall inform the department as soon as practicable and propose an alternative date
City of Franklin
NRS12.195
Page 6 of 13
of compliance, along with appropriate justification for such date. In order to proceed with an
alternative date of compliance the City must first obtain written authorization from the
department.
5. In the event of a failure of any the above mechanisms, the permittee shall notify the
department and upon approval, revert to the interim compliance methodology and permit
conditions on a temporary basis or such other approach as approved by the department while
repairs are made.
Intake Construction
1. Prior to construction of any upgrade to the intake or construction of a new intake or intakes,
plans must be submitted to the department and approved in writing.
a. Plans shall address construction related impacts related to both active earth moving
activities and erosion and sediment controls.
b. Plans shall address instream construction best management practices.
2. The new intake structure shall be located and oriented such as to avoid permanent alteration
or damage to the integrity of the stream channel including the opposite stream bank.
3. The new intake structure shall be designed to minimize harm and to prevent the
impoundment of normal or base flows. Base flow is the usual or normal flow of the river that
is supplied primarily by groundwater from springs and seeps, but not affected by rapid runoff
during and after rainfall.
4. Headwalls, bank stabilization materials, and any other hard armoring associated with the
installation of the structure shall be limited to a total of 25 feet along the river’s bank.
5. The new intake structure may not result in a disruption or barrier to the movement of fish or
other aquatic life.
6. Erosion prevention and sediment control measures must be in place and functional before
any land disturbance activities begin, and shall be designed according to the department’s
Erosion and Sediment Control Handbook
(www.tn.gov/environment/wpc/sed_ero_controlhandbook/). Permanent vegetative
stabilization using native species of all disturbed areas in or near the stream channel must be
initiated within 14 days of project completion (see also Landscaping with Natives at
tneppc.org). Non-native, non-invasive annuals may be used as cover crops until native
species are established.
7. The use of monofilament-type erosion control netting or blanket is prohibited.
8. Clearing, grubbing, and other disturbance to riparian vegetation shall be kept at the minimum
necessary. Unnecessary riparian vegetation removal, including trees, is prohibited. Coverage
under this permit does not serve to waive any local riparian buffer protection requirement,
and permittees are responsible for obtaining any necessary local approval.
9. The excavation and fill activities associated with the installation or construction of the new
intake shall be kept to a minimum and shall be separated from flowing waters. The structure
City of Franklin
NRS12.195
Page 7 of 13
shall be constructed in the dry to the maximum extent practicable by diverting flow utilizing
cofferdams, berms, temporary channels or pipes.
10. All spoil material from trench excavation, bore pits and other earth disturbing activities shall
be deposited in an upland location and stabilized within 7 days in order to prevent erosion
into waters of the state.
11. All dewatering activities shall be conducted in such a manner as to prevent the discharge of
sediment-laden water into waters of the state.
General Conditions
1. The activity shall be accomplished in conformance with the accepted plans, specifications,
data and other information submitted in support of the application and the limitations,
requirements and conditions set forth herein.
2. Adverse impact to formally listed state or federal threatened or endangered species or their
critical habitat is prohibited.
3. This permit does not authorize adverse impacts to cultural, historical or archeological
features or sites.
4. Work shall not commence until the permittee has obtained all necessary authorizations
pursuant to applicable provisions of §10 of The Rivers and Harbors Act of 1899; §404 of The
Clean Water Act and §26a of The Tennessee Valley Authority Act, as well as any other
federal, state or local laws.
5. The reporting of results shall be rounded to the closest higher or lower number, as applicable,
to correspond to the number of decimal points set forth in a permit condition herein.
Instream river flow may be reported using the USGS convention of resolution to a tenth of
cfs for flows below 10 cfs, and whole numbers for flows at or above 10 cfs.
6. Compliance with the terms of this permit shall be based on the provisional instantaneous
background flow measurements from the instream flow monitor, and the provisional
dissolved oxygen measurements from the dissolved oxygen monitor.
PART II
Monitoring Requirements and Procedures
Flow Monitoring
1. River flow shall be measured to represent instantaneous river flow as background, pre-
withdrawal flow at the location of the withdrawal.
2. River flow under condition 1, above, shall be measured with such precision and accuracy
equivalent to a USGS gage accuracy ranking of “Good” or better, and provide similar
functionality.
City of Franklin
NRS12.195
Page 8 of 13
3. The accuracy of long-term compliance river flow data must be calibrated and verified at least
annually over the range of river flow conditions that affect compliance. Should the permittee
utilize gages installed and maintained by USGS, the permittee shall not be held responsible
for maintenance issues beyond its control. To the extent certification is required of the river
flow gages owned and maintained by USGS, the City is not required to certify data from said
gages.
4. Instantaneous river flow data shall be recorded at a minimum on an hourly basis.
Withdrawal Monitoring
1. Withdrawal rate shall be measured as the instantaneous rate pumped from the river.
2. Withdrawal rate data shall be recorded at a minimum on an hourly basis.
Dissolved Oxygen Monitoring
1. Dissolved Oxygen levels in the river shall be measured instantaneously, as close to mid-
channel and mid-depth as practicable, to represent background, pre-withdrawal levels at the
location of the withdrawal.
2. Dissolved Oxygen shall be measured with a minimum resolution of 0.01 mg/L and accuracy
of ±0.2 mg/L.
3. The accuracy of dissolved oxygen data must be calibrated and verified at a frequency as to
assure and demonstrate compliance with all permit conditions, and per the manufacturer’s
recommendation. Should the permittee utilize a dissolved oxygen monitor installed and
maintained by USGS, the permittee shall not be held responsible for maintenance issues
beyond its control. To the extent certification is required of the dissolved oxygen monitor
owned and maintained by USGS, the City is not required to certify data from said monitor.
4. Instantaneous dissolved oxygen data shall be recorded at a minimum on an hourly basis
except as provided under Interim Compliance condition 5, which requires dissolved oxygen
to recorded at a minimum daily.
Biological Monitoring
1. Benthic macro-invertebrate biological surveys shall be conducted, in conjunction with the
permittee’s NPDES benthic monitoring, annually during low flow, high temperature
conditions.
2. The surveys shall be conducted by qualified biologists, who may be employees of the
permittee, following the Semi-Quantitative Single Habitat Sample procedure found in the
most current version of TDEC’s Quality System Standard Operating Procedure for
Macroinvertebrate Stream Surveys (QSSOP).
3. The sites selected must provide riffle habitat and must be generally comparable. Sampling
shall be conducted at one site upstream of the intake and one site downstream of the intake.
Sampling sites chosen for this permit and surveys conducted to fulfill the requirements of this
City of Franklin
NRS12.195
Page 9 of 13
permit may also be used to fulfill the requirements of the City’s NPDES Permit TN0028827
and vice versa, upon approval by the department.
4. Prior to each annual sampling event, all selected river-sampling points shall be marked on a
topographical map, submitted to and approved by the Nashville Environmental Field Office,
Division of Water Resources. The permittee shall notify that office at least two weeks prior
to conducting the biological survey.
5. The bio-survey will incorporate habitat assessment at each station for each sampling effort,
as described in the QSSOP.
6. The following data and information shall be recorded at each station during biological
surveys:
a. water temperature (°C)
b. dissolved oxygen (mg/L)
c. pH (s.u.)
d. specific conductance (umhos/cm)
e. river flow (cfs)
Submission of Monitoring Results
Monthly reports shall include the following data measured on an hourly basis: provisional,
instantaneous river flow (cfs), maximum withdrawal rate (cfs), maximum percent of
instantaneous flow withdrawn, and dissolved oxygen (mg/L) except as provided by interim
method, pursuant to Part I, general condition 5.
1. When the pumps are not in operation, the permittee need only indicate on their monthly
reporting that no withdrawal occurred during that time interval.
2. Any violations of permit conditions shall be noted on the monthly reports.
3. Monthly reports may be submitted electronically to the department at [email protected].
4. Submittals shall be postmarked or sent electronically no later than 15 days after the
completion of each monthly reporting period.
5. Results of the annual biological river monitoring shall be submitted to the department at
[email protected]. Reports shall be submitted annually by December 31 of each year.
Records Retention
All records and information resulting from the monitoring activities required by this permit
including all records of analyses performed and calibration and maintenance of instrumentation
shall be retained for a minimum of five (5) years, or longer, if requested by the department.
Falsifying Results and/or Reports
Knowingly making any false statement on any report required by this permit or falsifying any
result may result in the imposition of criminal penalties as provided for in Section 309 of the
City of Franklin
NRS12.195
Page 10 of 13
Federal Water Pollution Control Act, as amended, and in Section 69-3-115 of The Tennessee
Water Quality Control Act of 1977.
PART III
Duty to Reapply
Permittee is not authorized to operate after the expiration date of this permit unless the permittee
submitted such information and forms as are required by State law to the director of the Division
of Water Resources within 90 days of expiration of this permit and a new permit has not been
issued. Such applications must be properly signed and certified.
Property Rights
The issuance of this permit does not convey any property rights in either real or personal
property, or any exclusive privileges, nor does it authorize any injury to private property or any
invasion of personal rights, nor any infringement of federal, state, or local laws or regulations.
Other Information
If the permittee becomes aware that he/she failed to submit any relevant facts in a permit
application, or submitted incorrect information in a permit application or in any report to the
director, then he/she shall promptly submit such facts or information.
Changes Affecting the Permit
Transfer/Change of Ownership
a. This permit may be transferred to another party, provided there are no activity or project
modifications, no pending enforcement actions, or any other changes which might affect
the permit conditions contained in the permit, by the permittee if:
1. The permittee notifies the Director of the proposed transfer at least 30 days in
advance of the proposed transfer date;
2. The notice includes a written agreement between the existing and new permittees
containing a specified date for transfer of permit responsibility, coverage, and
contractual liability between them; and
3. The Director does not notify the current permittee and the new permittee, within
30 days, of his or her intent to modify, revoke, reissue, or terminate the permit, or
require that a new application be filed rather than agreeing to the transfer of the
permit.
b. The permittee must provide the following information to the department in their
formal notice of intent to transfer ownership:
1. the permit number of the subject permit;
2. the effective date of the proposed transfer;
3. the name and address of the transferor;
4. the name and address of the transferee;
City of Franklin
NRS12.195
Page 11 of 13
5. the names of the responsible parties for both the transferor and transferee;
6. a statement that the transferee assumes responsibility for the subject permit;
7. a statement that the transferor relinquishes responsibility for the subject
permit;
8. the signatures of the responsible parties for both the transferor and transferee,
and;
9. a statement regarding any proposed modifications to the permitted activities or
project, its operations, or any other changes which might affect the permit
conditions contained in the permit.
Change of Mailing Address
The permittee shall promptly provide to the director written notice of any change of
mailing address. In the absence of such notice the original address of the permittee will
be assumed to be correct.
Noncompliance
Effect of Noncompliance
All regulated activities shall be consistent with the terms and conditions of this permit.
Any permit noncompliance constitutes a violation of applicable state and federal laws and
is grounds for enforcement action, permit termination, permit modification, or denial of
permit reissuance.
Reporting of Noncompliance
24-Hour Reporting
1. In the case of any noncompliance which could cause a threat to public
drinking supplies, or any other discharge or activity that could constitute a
threat to human health or the environment, the required notice of non-
compliance shall be provided to the Division of Water Resources in the
appropriate Environmental Field Office within 24-hours from the time the
permittee becomes aware of the circumstances. (The Environmental Field
Office should be contacted for names and phone numbers of environmental
response personnel).
2. A written submission must be provided within five (5) days of the time the
permittee becomes aware of the circumstances unless this requirement is
waived by the director on a case-by-case basis. The permittee shall provide
the director with the following information:
a. A description of the discharge or cause of noncompliance, if known;
b. The period of noncompliance, including exact dates and times or, if
not corrected, the anticipated time the noncompliance is expected to
continue; and
City of Franklin
NRS12.195
Page 12 of 13
c. The steps being taken to reduce, eliminate, and prevent recurrence of
the non-complying discharge or activity.
Scheduled Reporting
For instances of noncompliance which are not reported under subparagraph a.
above, the permittee shall report the noncompliance by contacting the permit
coordinator, and provide all information concerning the steps taken or planned to
reduce, eliminate, and prevent recurrence of the violation and the anticipated time
the violation is expected to continue.
Adverse Impact
The permittee shall take all reasonable steps to minimize any adverse impact to the
waters of Tennessee resulting from noncompliance with this permit, including but not
limited to, accelerated or additional monitoring as necessary to determine the nature and
impact of the noncompliance. It shall not be a defense for the permittee in an enforcement
action that it would have been necessary to halt or reduce the permitted activity in order
to maintain compliance with the conditions of this permit.
Liabilities
Civil and Criminal Liability
Nothing in this permit shall be construed to relieve the permittee from civil or criminal
penalties for noncompliance. Notwithstanding this permit, the permittee shall remain
liable for any damages sustained by the state of Tennessee, including but not limited to
fish kills and losses of aquatic life and/or wildlife, as a result of the activity or discharge
of pollutants to any surface or subsurface waters. Additionally, notwithstanding this
permit, it shall be the responsibility of the permittee to conduct its activities in a manner
such that public or private nuisances or health hazards will not be created.
Liability under State Law
Nothing in this permit shall be construed to preclude the institution of any legal action or
relieve the permittee from any responsibilities, liabilities, or penalties established
pursuant to any applicable state law or the Federal Water Pollution Control Act, as
amended.
Reopener:
This permit may be modified, suspended, or revoked for cause, including:
1. Violation of any of the terms or conditions of this permit or of T.C.A § 69-3-101 et.
seq.;
2. Obtaining the permit by misrepresentation or failing to disclose fully all relevant
facts;
City of Franklin
NRS12.195
Page 13 of 13
3. A change in any condition or receipt of new information that requires either a
temporary or permanent change in the conditions of this permit.
Appeal:
An appeal of this action may be made as provided in T.C.A. §69-3-105(i) and Rule 1200-04-05-
.12 by submitting a petition for appeal:
1. The petition must be filed within THIRTY (30) DAYS after public notice of the
issuance of the permit.
2. The petition must specify the provisions subject to appeal and the basis for the appeal.
3. The petition should be addressed to the technical secretary of the Tennessee Board of
Water Quality, Oil and Gas at the following address: Ms. Tisha Benton, Director,
Division of Water Resources, William R. Snodgrass Tennessee Tower, 312 Rosa L.
Parks Avenue, 11th Floor, Nashville, Tennessee 37243-1534. Any hearing would be
in accordance with T.C.A. §§69-3-110 and 4-5-301 et seq.
MF
GR
. -
SE
E N
OT
E 5
CO
OR
D w
/ E
QU
IP
MF
GR
. -
SE
E N
OT
E 5
CO
OR
D w
/ E
QU
IP
W10x49 W10x49
W10x49
W10x49
W10x49
W10x49
W10x49
W10x49
DENOTES SPAN OF 1 1/2"x3/16" GALV.GRATING. GRATING SHALL HAVE BANDEDENDS AND BE FIRMLY ANCHORED TOTHEIR SUPPORTS BY POSITIVE MEANS.
1
S1.0-05
TYP.
GUARD RAILS
4' - 0"
NEW STAIRS ANDPLATFORM BYOTHERS - STAIRSMAY BE GALV. ORALUMINUM, CONTRACTOR'SOPTION - SEENOTE 7
Scale
PROJECT NO.
Date
Drawn by
Checked by
Revision
RE:
SSK -00112410130
WATER TREATMENT PLANTIMPROVEMENTS
CITY OF FRANKLIN,TENNESSEE 07/25/15
MVW
JBH
COF No. - 2015-0062 3/16"=1'-0"
NEW FLOCCULATORSSUPPORTS AND WALKWAY
3/16" = 1'-0"
2
ADDENDUM NO. 2
SHT. S1.0-05
UP
1
2
4
3
5
6
7
G
45' - 0"
2' - 3"
TY
P.
2' -
6"
15' -
7"
8' -
6"
14' -
6"
6' -
0"
7' -
6"
16' -
7"
3' -
2"
75' -
0"
3' -
2"
SLOPE
1/8"
:1'-0
"
SLO
PE
1/8
":1'-0"
SLOPE
1/8":1'-0"
SLO
PE
1/8
":1'-0"
3'-6" DEEPSUMP w/FRP GRATING
36" MIN. THICK CONC. SLAB w/#9@ 6"o.c. E.W. TOP & BTM. w/STD. 90° HOOKS EA. END. SLAB SHALLBEAR ON A COMPACTED SHOT-ROCKFILL. COORD. w/ GEOTECHNICALENGINEER OF RECORD FOR THICKNESSOF SHOT ROCK.T/SLAB HIGH PT. EL.= 630.00' SLOPE ASSHOWN ON PLAN
630' - 0"
630' - 0"
5' -
0"
5' - 0"
5' - 0"
5' -
0"
9
S4.1-07
8
S4.1-07
8
S4.1-07
8
S4.1-07
8
S4.1-07
12" THICK MECHANICAL PADSEE 4/S4.0-07 (TYP. 3 PLCS.)
5
S4.2-07
TYP. 3 PLCS.
#11 ROCK ANCHORS @ 6'-6"o.c. MAX.SEE 10/S0.4
SLOPE
1/8":1'-0"
SLOPE
1/8"
:1'-0
"
F
21' - 1"
E
21' - 1"
630' - 0"
HIGH PT.
630' - 0"
HIGH PT.
HIGH PT.
HIGH PT.
630' - 0"
HIGH PT.
GALV. STAIRS - SEE SPECIFICATIONSAND NOTE 6 FOR ADDITIONALINFORMATION (2 PLCS) STAIRS MAYBE ALUMINUM IN LIEU OF GALVANIZED,CONTRACTOR'S OPTION.
TRENCH - SEE 5/S4.2-07TYP. 3 PLCS.
2
S1.0-07
2
2
3' -
6"
S4.0-07
8
3"
CLR
.
#5 @ 6"o.c. E.W.
SEE PLAN FORSLAB REINF.
1
1
#8 @ 6"o.c. E.W.
SEEPLAN
SEE 8/S4.1-07 FORWALL SIZE & REINF.
STD. 90° HOOKS
ADDITIONAL REINF. TOMATCH TO REINF.
SPLICE
CLASS 'B' LAP
2
3'-0"x3'-0"
Copyright
© 2
014 B
y S
mith S
eck
man R
eid
, In
c. A
ll rights
rese
rved. T
his
docu
ment,
or
part
s th
ere
of, m
ay n
ot
be r
epro
duce
d in a
ny
form
without
writt
en p
erm
issi
on.
D
ATE
DESCRIPTIO
NBY
SHEET NUMBER
STAMP
REVISIO
NS
CHECKED BY
DATE SCALE
PROJECT NUMBER
PRO
JECT T
ITLE
DRAWN BY
DESIGNED BY
SHEET TITLE
12410130
City o
f F
ranklin
, T
ennessee
Wate
r T
reatm
ent P
lant Im
pro
vem
ents
CO
F N
o. 2015-0
062
Reid, Inc.SeckmanSmith
2995 Sidco DriveNashville, TN 37204
(615) 383-1113FAX: (615) 386-8469
www.ssr-inc.com
As indicated
LOWER LEVELFOUNDATION PLAN
S1.0-07
JBH
MVW
JUNE 2015
JBH
LOWER LEVEL FOUNDATION PLAN
NOTES:
1. SEE SHEET S4.1-07 FOR PEDESTAL SIZES AND REINFORCING.2. NO CONDUIT OR PIPING SHALL BE PLACED IN THE CONCRETE
SLAB WITH OUT THE WRITTEN PERMISSION OF THE STRUCTURALENGINEER OF RECORD.
3. PROVIDE CONSTRUCTION JOINTS IN WALL AT 25'-0" MAX. CONSTRUCTIONJOINTS SHALL BE LOCATED BETWEEN 5'-0" AND 10'-0" AWAY FOR CORNERSAND PEDESTALS AND SHALL NOT PASS THRU ANY WALL PENETRATION.CONTRACTOR SHALL SUBMIT DRAWINGS SHOWING LOCATIONS OF VERTICALWALL CONSTRUCTION JOINTS PRIOR TO POURING ANY WALLS (SEE 7/S4.0-07)
4. ALL FRP MEMBERS REQUIRED TO SUPPORT GRATING SHALL BE DESIGNEDBY OTHERS (SEE SPECIFICATIONS FOR ADDITIONAL INFORMATION).
5. ROCK ANCHOR DESIGN LOAD = 51KIPS.6. STAIRS AND LADDER SHOP DRAWINGS SHALL BE SEALED
AND SIGNED BY AN ENGINEER LICENSED IN THE PROJECT STATE.
TD
EC
SU
BM
ITT
AL
06/0
1/1
5
1/2" = 1'-0"2
LOWER LEVEL SUMP PIT DETAIL ATWALL
BID
SE
T06/2
2/1
5
AD
DE
ND
UM
NO
. 2
07/2
4/1
5
1
1' - 3"
1' -
3"
2' - 6"
#4 TIES @ 3" FORLENGTH OF ANCHOR BOLTSREMAINDER @ 12"o.c. (TYP.)
3' -
2"
SEE 8/S4.1-07FOR WALLREINF.
(18) #9 VERT.
NOTE: SEE GENERALNOTES FOR REQ'D.REBAR COVER (TYP.)
F
1
G
1' - 3" 2' - 3"
1' -
3"
3' -
2"
2' -
6"
2' - 6"
SEE 8/S4.1-07FOR WALL REINF.(TYP.)
(24) #9 VERT.
#4 TIES @ 3"o.c. FORLENGTH OF ANCHORBOLTS - REMAINDER@ 12"o.c.(TYP.)
NOTE: SEE GENERALNOTES FOR REQ'D.REBAR COVER (TYP.)
3
G
SEE 8S/4.1-07FOR WALLREINF.
(16) #9VERT.
#4 TIES @ 3" o.c. FORLENGTH OF ANCHORBOLTS - REMAINDER@ 12"o.c.(TYP.)
2' - 3"1' - 3"
2' - 6"
1' -
3"
1' -
3"
NOTE: SEE GENERALNOTES FOR REQ'D.REBAR COVER (TYP.)
1
EDGE OFSLAB ABOVE
2' - 6"
1' -
3"
1' -
3"
3' -
2"
SEE 8/S4.1-07FOR WALLREINF.
#4 TIES @ 3"o.c. FORLENGTH OF ANCHORBOLTS - REMAINDER@ 12"o.c.(TYP.)
(16) #9 VERT.
NOTE: SEE GENERALNOTES FOR REQ'D.REBAR COVER (TYP.)
E
3' - 2"
3
2' - 6"
3' - 2"
1' -
3"
1' -
3"
SEE 8/S4.1-07FOR WALLREINF. (TYP.)
(16) #9 VERT.
#4 TIES @ 3"o.c.FOR LENGTH OFANCHOR BOLTSREMAINDER @12"o.c. (TYP.)
NOTE: SEE GENERALNOTES FOR REQ'D.REBAR COVER (TYP.)
E
3' - 2"
3' -
6"
S4.0-07
8
3"
CLR
.
#5 @ 6"o.c. E.W.ADDITIONAL REINF.TO MATCH TOPREINF.
SEE PLAN FORSLAB REINF.
1
1
#8 @ 6"o.c. E.W.
SEEPLAN
SPLICE
CLASS 'B'LAP
2' - 6"
1' -
0"
SEE PLAN FORSLAB REINF. TYP.
#5 @ 6"o.c. E.W.
TYP.
8"
FRP GRATINGSEE PLAN
MECH. PADSEE PLAN
FOOTING SCHEDULE
MARK SIZE (LxWxD) REINFORCING
F6 6'-0"x6'-0"x1'-6" (7) #6 E.W. TOP & BTM.
F7 7'-0"x7'-0"x1'-6" (8) #6 E.W. TOP & BTM.
SEE PLAN FORSLAB REINF.
CLR
. T
YP
.
3"
#6 @ 6"o.c.
CLASS 'B' LAP SPLICE (TYP.)
SE
E P
LA
N
2' -
0"
SEE PLAN FOR EL.
3' -
0"
5' - 0" 2' - 6"
CLA
SS
'B' L
AP
SP
LIC
E (
TY
P.)
#9 @ 6"o.c. VERT.
#6 @ 6"o.c. HORIZ.
DOWELS TO MATCHSIZE & SPACING OFVERT. WALL REINF.
SEE PLAN FORSLAB REINF.(TYP.)
SEE PLANFOR T/SLABELEV.
#57 STONE
BITUMASTICDAMP PROOFINGSEE SPECS.
1/3 OF WALL THICKNESS x 1 1/2"KEYWAYw/ PVC W.S. (TYP.)
TOP OFCOMPETENT ROCK #57 STONE
VA
RIE
S
COMPETENT ROCK
MIN.
3' - 0"
45.0
0°
4
D
2' -
6"
1' -
3"
1' -
3"
2' - 6"
1' - 3" 1' - 3" (12) #9 VERT.
#4 TIES @ 3"o.c. FORLENGTH OF ANCHORBOLTS - REMAINDER@ 12"o.c.
ALTERNATE HOOKSAT EVERYOTHER TIE
CL COL.
SEE S5.0-07 FOR ANCHORBOLT AND BASE PLATEINFORMATION
PLA
N
SE
E
SEE PLAN FORSLAB REINF.
1/2" EXPANSIONJNT. MAT'L.
3"
CLR
.
3" CLR.
SEE PLANFOR T/FTG EL.
SEE PLAN ANDSCHEDULE S4.1-07FOR FTG. SIZE ANDREINF. (TYP.)
1 1
/2"
GR
OU
T
REINF. BLOCKOUT w/ NOVOMESH 850 BY PROPEXUSE A DOSAGE RATE OF 1.5 BAGS PER CUBIC YD.OF CONCRETE
1' - 6"
1' -
6"
(8) #6 DOWELS
(3) #4 STIRRUPSAT 3"o.c.
COLUMN, BASE PLATEAND ANCHOR BOLTSBY OTHERS - CENTER ONCONC. PEDESTALSEE ARCH.
1 1
/2"
GR
OU
T
1' -
0"
1' -
0"
2' - 6"2' - 6"
TOP PED. TOMATCH TOP OFCIVIL SLAB - SEECIVIL FOR ELEV.
(6) #5 E.W. T. & B.
FIN. GRADE
5'-0" SQ.
8" CMU - SEE 2/S5.1-07FOR REINF.
LA
P S
PLIC
E DOWELS w/ STD. 90° HOOKTO MATCH VERT. REINF.ALTERNATE HOOK DIRECTION
PLA
N
SE
E
SEE PLAN FORSLAB REINF.
GROUT BOTTOMCOURSE SOLID
Copyright
© 2
014 B
y S
mith S
eck
man R
eid
, In
c. A
ll rights
rese
rved. T
his
docu
ment,
or
part
s th
ere
of, m
ay n
ot
be r
epro
duce
d in a
ny
form
without
writt
en p
erm
issi
on.
D
ATE
DESCRIPTIO
NBY
SHEET NUMBER
STAMP
REVISIO
NS
CHECKED BY
DATE SCALE
PROJECT NUMBER
PRO
JECT T
ITLE
DRAWN BY
DESIGNED BY
SHEET TITLE
12410130
City o
f F
ranklin
, T
ennessee
Wate
r T
reatm
ent P
lant Im
pro
vem
ents
CO
F N
o. 2015-0
062
Reid, Inc.SeckmanSmith
2995 Sidco DriveNashville, TN 37204
(615) 383-1113FAX: (615) 386-8469
www.ssr-inc.com
As indicated
PEDESTAL DETAIL ANDFOUNDATION DETAILS
S4.1-07
JBH
MVW
JUNE 2015
JBH
1/2" = 1'-0"1
PEDESTAL P1
1/2" = 1'-0"2
PEDESTAL P2
1/2" = 1'-0"3
PEDESTAL P3
1/2" = 1'-0"4
PEDESTAL P4
1/2" = 1'-0"5
PEDESTAL P5
1/2" = 1'-0"9
LOWER LEVEL SUMP PIT DETAIL
1/2" = 1'-0"10
CHEMICAL ROOM TRENCH SECTION
12" = 1'-0"6
FOOTING SCHEDULE
3/4" = 1'-0"7
CHEMICAL ROOM THICKENED SLABDETAIL
1/2" = 1'-0"8
LOWER LEVEL WALL SECTION
1/2" = 1'-0"11
PEDESTAL P6
1/2" = 1'-0"12
TYP. INT. FOOTING DETAIL
TD
EC
SU
BM
ITT
AL
06/0
1/1
5
1/2" = 1'-0"13
CANOPY COLUMN DETAIL
3/4" = 1'-0"14
CMU WALL DETAIL
BID
SE
T06/2
2/1
5
1
AD
DE
ND
UM
NO
. 1
07/1
4/1
5
AD
DE
ND
UM
NO
. 2
07/2
4/1
5
2
Copyright
© 2
014 B
y S
mith S
eck
man R
eid
, In
c. A
ll rights
rese
rved. T
his
docu
ment,
or
part
s th
ere
of, m
ay n
ot
be r
epro
duce
d in a
ny
form
without
writt
en p
erm
issi
on.
DATE
DESCRIP
TIO
NBY
SHEET NUMBER
STAMP
REVIS
ION
S
CHECKED BY
DATE SCALE
PROJECT NUMBER
PRO
JECT T
ITLE
DRAWN BY
DESIGNED BY
SHEET TITLE
12410130
City
of F
rank
lin, T
enne
ssee
Wat
er T
reat
men
t Pla
nt M
odifi
catio
nsC
OF
No.
201
5-00
62
Reid, Inc.SeckmanSmith
2995 Sidco DriveNashville, TN 37204
(615) 383-1113FAX: (615) 386-8469
www.ssr-inc.com
ELECTRICALEQUIPMENT SCHEDULE
E0.1
SSR
SSR
JUNE 2015
SSR
ELECTRICAL EQUIPMENT CONNECTION SCHEDULETAG DESCRIPTION VOLTAGE
PHASE H.P. KVA
AMPS PANEL CKT. WIRE SIZE
CONDUITSIZE REMARKS SSR Connection Type Comments
00-CP-01 FILTER BUILDING CONTROL PANEL 120 V 1 - 1.2 10 A <unnamed> 1#12, 1#12N., 1#12G. 3/4" SERVED FROM EXISTING 20/1 CIRCUIT BREAKER IN PANEL A -- FILTER BUILDING10-AC-010 RAW WATER INTAKE COMPRESSOR 480 V 3 10 11.6 14 A <unnamed> 3#12,1#12G. 3/4" SERVED FROM CONTROL PANEL 10-CP-010 30/3 NF DISCONNECT MEMBRANE BLDG.10-CP-010 RAW WATER INTAKE COMPRESSOR CONTROL PANEL 480 V 1 10 7.7 16 A HA 31,33,35 3#12,1#12G. 3/4" -- MEMBRANE BLDG.10-HS-350 HAND STATION FOR AIRBURST CONTROL 120 V 1 - 0.2 2 A LA 53 1#6,1#6N., 1#10G. 1" -- RIVERSIDE10-P-110-A RAW WATER PUMP 480 V 3 201 202.0 243 A MSB 2 3#500KCM, 1#3G 4" SERVED FROM VFD RWP1 IN MEMBRANE BLDG. ELECTRICAL ROOM -- RAW WATER PUMP STATION10-P-110-B RAW WATER PUMP 480 V 3 201 202.0 243 A MSB 3 3#500KCM, 1#3G 4" SERVED FROM VFD RWP2 IN MEMBRANE BLDG. ELECTRICAL ROOM -- RAW WATER PUMP STATION10-P-210-A RAW WATER PUMP 480 V 3 70 67.7 81 A MSB 4 3#3/0, 1#6G 4" SERVED FROM VFD RWP4 IN MEMBRANE BLDG. ELECTRICAL ROOM --- RAW WATER PUMP STATION10-P-210-B RAW WATER PUMP 480 V 3 70 67.7 81 A MSB 5 3#3/0, 1#6G 4" SERVED FROM VFD RWP3 IN MEMBRANE BLDG. ELECTRICAL ROOM -- RAW WATER PUMP STATION22-CP-01 MEMBRANES MASTER CONTROL PANEL 120 V 1 - 1.2 10 A LA 25 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.22-CP-02 MEMBRANES MASTER CONTROL PANEL 120 V 1 - 1.2 10 A LA 15 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.22-CP-11 REMOTE IO PANEL 1 120 V 1 - 1.2 10 A LA 16 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.22-CP-12 REMOTE IO PANEL 2 120 V 1 - 1.2 10 A LA 27 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.22-CP-13 REMOTE IO PANEL 3 120 V 1 - 1.2 10 A LA 29 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.
22-P-110-A MEMBRANE FEED PUMP 1 480 V 3 100 103.1 124 A MSB 6 3#3/0, 1#4G. 2 1/2" SERVED FROM VFD M1 IN MEMBRANE BLDG. ELECTRICAL ROOM 400/3 NF DISCONNECT FILTER BUILDING22-P-110-B MEMBRANE FEED PUMP 2 480 V 3 100 103.1 124 A MSB 7 3#3/0, 1#4G 2 1/2" SERVED FROM VFD M2 IN MEMBRANE BLDG. ELECTRICAL ROOM 400/3 NF DISCONNECT FILTER BUILDING22-P-110-C MEMBRANE FEED PUMP 3 480 V 3 100 103.1 124 A MSB 8 3#3/0, 1#4G 2 1/2" SERVED FROM VFD M3 IN MEMBRANE BLDG. ELECTRICAL ROOM 400/3 NF DISCONNECT FILTER BUILDING22-P-610-A BACKWASH PUMP 1 480 V 3 30 33.3 40 A HA 7,9,11 3#8,1#8G. 1" SERVED FROM VFD B1 IN ELECTRICAL ROOM 100/3 NF DISCONNECT MEMBRANE BLDG.22-P-610-B BACKWASH PUMP 2 480 V 3 30 33.3 40 A HA 13,15,17 3#8,1#8G. 1" SERVED FROM VFD B2 IN ELECTRICAL ROOM 100/3 NF DISCONNECT MEMBRANE BLDG.22-P-703 CIP PUMPS AND HEATING PANEL 480 V 3 51.7 62 A MSB 11 3#4,1#8G. 1 1/2" 50KW HEATING PANEL -- MEMBRANE BLDG.22-P-710 CIP PUMP 1 480 V 3 5 6.3 8 A HA 37,39,41 3#12,1#12G. 3/4" CIP PUMP 1 -- MEMBRANE BLDG.22-P-720 CIP PUMP 2 480 V 3 5 6.3 8 A HA 2,4,6 3#12,1#12G. 3/4" CIP PUMP 2 -- MEMBRANE BLDG.
22-STR-102-1 AUTOSTRAINER 120 V 1 - 0.1 1 A LA 18 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.22-STR-102-2 AUTOSTRAINER 120 V 1 - 0.1 1 A LA 17 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.22-STR-102-3 AUTOSTRAINER 120 V 1 - 0.1 1 A LA 19 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.
23-AIT-110 CHEMICAL SCALE CONTROLLER 3 CH. 120 V 1 - 0.1 1 A LA 10 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.23-AIT-210 CHEMICAL SCALE CONTROLLER 2 CH. 120 V 1 - 0.1 1 A LA 9 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.23-P-601-A SODIUM HYDROXIDE TRANSFER PUMP 1 120 V 1 1/6 0.4 3 A LA 13 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.23-P-601-B SODIUM HYDROXIDE TRANSFER PUMP 2 120 V 1 1/6 0.4 3 A LA 14 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.23-P-701-A SODIUM BISULFITE TRANSFER PUMP 1 120 V 1 1/6 0.4 3 A LA 12 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.23-P-701-B SODIUM BISULFITE TRANSFER PUMP 2 120 V 1 1/6 0.4 3 A LA 11 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.53-CP-010 SLUDGE COLLECTOR CONTROL PANEL 2 120 V 1 - 1.2 10 A 1#12, 1#12N., 1#12G. 3/4" REUSE EXISTING 120V. CIRCUIT -- FLOCCULATION / SEDIMENTATION53-CP-020 FLOCCULATOR MIXER MOTOR CONTROL PANEL 480 V 3 - 5.0 6 A 1#12,1#12G. 3/4" SERVED BY EXISTING CIRCUIT -- FLOCCULATION / SEDIMENTATION53-CP-030 SLUDGE PUMP STATION CONTROL PANEL 480 V 3 - 8.3 10 A 1#12, 1#12N., 1#12G. 3/4" SERVED WITH EXISTING FEEDER FROM MCC-CP -- FLOCCULATION / SEDIMENTATION
53-MOV-010A SLUDGE COLLECTOR VALVE ACTUATOR 120 V 1 - 1.2 10 A 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION53-MOV-010A SLUDGE COLLECTOR VALVE ACTUATOR 120 V 1 - 1.2 10 A 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION53-MOV-010B SLUDGE COLLECTOR VALVE ACTUATOR 120 V 1 - 1.2 10 A 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION53-MOV-010C SLUDGE COLLECTOR VALVE ACTUATOR 120 V 1 - 1.2 10 A 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION53-MX-110-1 FLOCCULATOR MIXER MOTOR NO. 1 480 V 1 1.5 1.4 3 A 3#12,1#12G. 3/4" SERVED FROM 53-CP-110 -- FLOCCULATION / SEDIMENTATION53-MX-110-2 FLOCCULATOR MIXER MOTOR NO. 2 480 V 1 1.5 1.4 3 A 3#12,1#12G. 3/4" SERVED FROM 53-CP-110 -- FLOCCULATION / SEDIMENTATION53-P-010-1 SLUDGE PUMP NO. 1 480 V 3 3 4.0 5 A 1#12,1#12G. 3/4" SERVED FROM 53-CP-020 -- FLOCCULATION / SEDIMENTATION53-P-010-2 SLUDGE PUMP NO. 2 480 V 3 3 4.0 5 A 1#12,1#12G. 3/4" SERVED FROM 53-CP-020 -- FLOCCULATION / SEDIMENTATION
53-SCO-010-A SLUDGE COLLECTOR BASIN NO.1 120 V 1 1/6 0.5 4 A 1#12,1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION53-SCO-010-B SLUDGE COLLECTOR BASIN NO.2 120 V 1 1/6 0.5 4 A 1#12,1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION53-SCO-010-C SLUDGE COLLECTOR BASIN NO.3 120 V 1 1/6 0.5 4 A 1#12,1#12G. 3/4" SERVED FROM 53-CP-010 -- FLOCCULATION / SEDIMENTATION
55-P-110-A HIGH SERVICE PUMP 2 480 V 3 100 103.1 124 A MSB 14 3#3/0, 1#4G 2 1/2" SERVED FROM VFD HSP1 IN MEMBRANE BLDG. ELECTRICAL ROOM 400/3/3R/ NF DISCONNECT CLEARWELL STRUCTURE55-P-110-B HIGH SERVICE PUMP 2 480 V 3 100 103.1 124 A MSB 15 3#30, 1#4G 2 1/2" SERVED FROM VFD HSP2 IN MEMBRANE BLDG. ELECTRICAL ROOM 400/3/3R/ NF DISCONNECT CLEARWELL STRUCTURE55-P-110-C HIGH SERVICE PUMP 3 480 V 3 100 103.1 124 A MSB 16 3#3/0, 1#4G 2 1/2" SERVED FROM VFD HSP3 IN MEMBRANE BLDG. ELECTRICAL ROOM 400/3/3R/ NF DISCONNECT CLEARWELL STRUCTURE57-CP-01 CHEMICAL FEED CONTROL PANEL 120 V 1 - 1.4 12 A 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 20/1 CIRCUIT BREAKER IN PANEL LCH IN CHEMICAL BUILDING -- CHEMICAL BUILDING
57-MP-110-1 POLYALUMINUM CHLORIDE 120 V 1 - 0.2 2 A 1#12, 1#12N., 1#12G. 3/4" REPLACEMENT CHEM FEED PUMP SERVED BY EXISTING 120V. CIRCUIT CHEM FEED PUMP CHEMICAL BUILDING57-MP-110-2 POLYALUMINUM CHLORIDE 120 V 1 - 0.2 2 A 1#12, 1#12N., 1#12G. 3/4" REPLACEMENT CHEM FEED PUMP SERVED BY EXISTING 120V. CIRCUIT CHEM FEED PUMP CHEMICAL BUILDING57-MP-210 SODIUM PERMANGANATE 120 V 1 - 0.2 2 A 1#12, 1#12N., 1#12G. 3/4" REPLACEMENT CHEM FEED PUMP SERVED BY EXISTING 120V. CIRCUIT CHEM FEED PUMP CHEMICAL BUILDING
57-MP-310-1 SODIUM HYPOCHLORITE 120 V 1 - 0.2 2 A 1#12, 1#12N., 1#12G. 3/4" REPLACEMENT CHEM FEED PUMP SERVED BY EXISTING 120V. CIRCUIT CHEM FEED PUMP CHEMICAL BUILDING57-MP-310-2 SODIUM HYPOCHLORITE 120 V 1 - 0.2 2 A 1#12, 1#12N., 1#12G. 3/4" REPLACEMENT CHEM FEED PUMP SERVED BY EXISTING 120V. CIRCUIT CHEM FEED PUMP CHEMICAL BUILDING62-CA-101 CLORINE ANALYZER PUMP 120 V 1 - 0.1 1 A 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 62-CP-01 -- MEMBRANE BLDG.62-CP-01 TREATMENT BUILDING CONTROL PANEL 120 V 1 - 0.6 5 A LA 49 1#12, 1#12N., 1#12G. 3/4" SERVED FROM 62-CP-01 -- MEMBRANE BLDG.
62-FV-510-1 GAC NO. 1 INLET VALVE 480 V 3 5 6.3 8 A HA 43,45,47 3#12,1#12G. 3/4" -- MEMBRANE BLDG.62-FV-510-2 GAC NO. 2 INLET VALVE 480 V 3 5 6.3 8 A HA 49,51,53 3#12,1#12G. 3/4" -- MEMBRANE BLDG.62-FV-510-3 GAC NO. 3 INLET VALVE 480 V 3 5 6.3 8 A HA 55,57,59 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-Fv-610-1 GAC NO. 3 BACKWASH IN VALVE 480 V 3 5 6.3 8 A HA 61,63,65 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-Fv-610-2 GAC NO. 2 BACKWASH OUT VALVE 480 V 3 5 6.3 8 A HA 67,69,71 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-Fv-610-3 GAC NO. 3 BACKWASH OUT VALVE 480 V 3 5 6.3 8 A HA 73,75,77 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-FV-710-1 GAC NO. 1 BACKWASH IN VALVE 480 V 3 5 6.3 8 A HA 79,81,83 3#12,1#12G. 3/4" -- MEMBRANE BLDG.62-FV-710-2 GAC NO. 2 BACKWASH IN VALVE 480 V 3 5 6.3 8 A HA 32,34,36 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-FV-710-3 GAC NO. 3 BACKWASH IN VALVE 480 V 3 5 6.3 8 A HA 44,46,48 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-FV-810-1 GAC NO. 1 DISCHARGE VALVE 480 V 3 5 6.3 8 A HA 26,28,30 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-FV-810-2 GAC NO. 2 DISCHARGE VALVE 480 V 3 5 6.3 8 A HA 38,40,42 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-FV-810-3 GAC NO. 3 DISCHARGE VALVE 480 V 3 5 6.3 8 A HA 50,52,54 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.62-FV-910 GAC BACKWASH FLOW CONTROL VALVE 480 V 3 5 6.3 8 A HA 56,58,60 3#12,1#12G. 3/4" -- -- MEMBRANE BLDG.70-CP-01 UV SYSTEM MCP 120 V 1 - 3.0 25 A LA 55 1#10,1#10N.,1#10G. 3/4" -- MEMBRANE BLDG.70-CP-02 UVT MONITOR 120 V 1 - 0.3 2 A LA 21 1#12,1#12G. 3/4" -- MEMBRANE BLDG.
70-CPP-01-1 UV SYSTEM CONTROL POWER PANEL 1 480 V 1 - 46.8 98 A MSB 12 3#1, 1#6G. 1 1/2" -- MEMBRANE BLDG.70-CPP-01-2 UV SYSTEM CONTROL POWER PANEL 2 480 V 1 - 46.8 98 A MSB 13 3#1, 1#6G. 1 1/2" -- MEMBRANE BLDG.70-UV-010-1 UV CHAMBER 1 480 V 1 - 0.0 0 A 3#1, 1#6G. 1 1/2" SERVED FROM 70-CPP-01-1 -- MEMBRANE BLDG.70-UV-010-2 UV CHAMBER 2 480 V 1 - 0.0 0 A 3#1, 1#6G. 1 1/2" SERVED FROM 70-CPP-01-2 -- MEMBRANE BLDG.72-P-110-A HYDROGEN PEROXIDE DOSING PUMP (LOC 1) 120 V 1 - 0.0 0 A 1#10,1#10N.,1#10G. 3/4" SERVED FROM 72-SCC-01 -- HYDROGEN PEROXIDE STORAGE BUILDING72-P-110-B HYDROGEN PEROXIDE DOSING PUMP (LOC 2) 120 V 1 - 0.0 0 A 1#10,1#10N.,1#10G. 3/4" SERVED FROM 72-SCC-01 -- HYDROGEN PEROXIDE STORAGE BUILDING72-P-110-C HYDROGEN PEROXIDE DOSING PUMP (SPARE) 120 V 1 - 0.0 0 A 1#10,1#10N.,1#10G. 3/4" SERVED FROM 72-SCC-01 -- HYDROGEN PEROXIDE STORAGE BUILDING72-SCC-01 PEROXIDE FEED SKID JUNCTION BOX 120 V 1 - 0.0 0 A 1#10,1#10N.,1#10G. 3/4" SERVED FROM 70-CPP-01 -- HYDROGEN PEROXIDE STORAGE BUILDING
90-AD-001-A COMPR 1 AUTO DRAIN 120 V 1 - 1.6 14 A LA 23 1#12, 1#12N., 1#12G. 3/4" PROVIDE ONE (1) NEMA 5-20R DUPLEX GFIC RECEPTACLE -- MEMBRANE BLDG.90-AD-001-B COMPR 2 AUTO DRAIN 120 V 1 - 1.6 14 A LA 22 1#12, 1#12N., 1#12G. 3/4" PROVIDE ONE (1) NEMA 5-20R DUPLEX GFIC RECEPTACLE -- MEMBRANE BLDG.90-B-201-A MEMBRANE BLOWER 1 480 V 3 40 43.2 52 A MSB 9 3#4,1#8G. 1 1/2" SERVED FROM VFD MAB1 IN ELECTRICAL ROOM 100/3 NF DISCONNECT MEMBRANE BLDG.90-B-201-B MEMBRANE BLOWER 2 480 V 3 40 43.2 52 A MSB 10 3#4,1#8G. 1 1/2" SERVED FROM VFD MAB2 IN ELECTRICAL ROOM 100/3 NF DISCONNECT MEMBRANE BLDG.90-CP-001 MEMBRANE AIR COMPRESSOR CONTROL PANEL 480 V 3 - 11.9 14 A HA 19,21,23 3#8,1#10G. 3/4" --- MEMBRANE BLDG.
90-DR-001-1 AIR DRYER 1 90-DR-001-A 120 V 1 - 1.6 14 A LA 31 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.90-DR-001-2 AIR DRYER 2 90-DR-001-B 120 V 1 - 1.6 14 A LA 20 1#12, 1#12N., 1#12G. 3/4" -- MEMBRANE BLDG.
MECHANICAL EQUIPMENT CONNECTION SCHEDULETAG Description LEVEL VOLTAGE PHASE AMPS PANEL CKT. WIRE SIZE CONDUIT SIZE REMARKSEF-1 EXHAUST FAN 3 Level 480 V 3 2 A HA 25,27,29 3#12,1#12G. 3/4" PROVIDE 30/3/3R DISCONNECT
RTU-1 ROOF TOP UNIT 3 Level 480 V 3 61 A HA 14,16,18 3#4,1#8G. 1 1/2" PROVIDE 100/3/3R DISCONNECTRTU-2 ROOF TOP UNIT 3 Level 480 V 3 30 A HA 8,10,12 3#8,1#10G. 1" PROVIDE 60/3/3R DISCONNECTRTU-3 ROOF TOP UNIT 3 Level 480 V 3 16 A HA 20,22,24 3#12,1#12G. 3/4" PROVIDE 30/3/3R DISCONNECTSP-L-1 WASTE PUMP 1 Level 120 V 1 6 A LA 43 1#10,1#10N.,1#10G. 3/4" --SP-L-2 WASTE PUMP 1 Level 120 V 1 6 A LA 45 1#10,1#10N.,1#10G. 3/4" --WH-1-1 WATER HEATER 1 Level 480 V 3 130 A 3#2/0, 1#4G. 2 1/2" --
TD
EC
SU
BM
ITT
AL
06/0
1/15
06/22/15
BID
SET
2
22
2
2
AD
DEN
DU
M 2
07/24/15
M M M M M M M M M M M M
VFD VFD VFD VFD VFD VFD VFD VFD VFD VFDVFD VFD
2000
380 380 200 200 200 200 200 80 80 200 200 20080 600
PANEL HA
125
PANEL LA
230
SEE EQUIPMENT SCHEDULESHEET E0.1 FOR FEEDERSAND DISCONNECTS ON LOADSIDE OF VFDS.
MAIN SWITCHBOARD (MSB) 2000 A, 3 PHASE, 3 WIRE, 480V BUS
2000/3
10-P-110-ARAW WATER
PUMP(LARGE)
NO.1
400/3350 ATLSI
250/3200 ATLSI
22-P-110-AMEMBRANEFEED PUMP
NO.1
55-P-110-AHIGH
SERVICEPUMP NO.1
90-B-201-AMEMBRANE
BLOWERNO.1
22-P-703CIP HEATING
CONTROLPANEL
CIPCONTROL
PANEL
130
70-CPP-01UV SYSTEMCONTROLPOWER
PANEL NO.1
UV SYSTEMCONTROL
PANEL
130
UV SYSTEMCONTROL
PANEL
400/3250 ATLSI
250/3100 ATLSI
80/3 125/3 125/3 600/3
RAW WATER PUMP STATION MEMBRANE BUILDING CLEARWELL
MTEMCPAD MOUNTEDTRANSFORMER
MTEMCPRIMARYFEEDER
400/3LSISPARE
400/3LSISPACE
250/3LSISPARE
125/3SPACE
100/3SPACE
250/3LSISPACE
N
N N N N N N N N N N N N N N N
22-P-110-BMEMBRANEFEED PUMP
NO.2
22-P-110-CMEMBRANEFEED PUMP
NO.3
90-B-201-BMEMBRANE
BLOWERNO.2
70-CPP-02UV SYSTEMCONTROLPOWER
PANEL NO.2
55-P-110-BHIGH
SERVICEPUMP NO.2
55-P-110-CHIGH
SERVICEPUMP NO.3
10-P-110-BRAW WATER
PUMP(LARGE)
NO.2
10-P-210-ARAW WATER
PUMP(SMALL)
NO.1
10-P-210-BRAW WATER
PUMP(SMALL)
NO.2
N
N
400/3350 ATLSI
400/3250 ATLSI
400/3250 ATLSI
COORDINATE VFD SIZE ANDREQUIREMENTS WITHMOTOR VENDOR. SEESPECIFICATIONS. 300A 300A 100A 100A 140A 140A 140A 60A 60A 140A 140A 140A
30
30/3
SPD
SURGE PROTECTION DEVICESHALL BE SURGESUPPRESSION, INC. #LSED-3N4-47 OR EQUAL WITH UL97A CERTIFIED LIGHTNINGPROTECTION.
SWF SWF SWF SWF
SINE WAVE FILTER BY VFDMANUFACTURER.
250/3200 ATLSI
250/3200 ATLSI
250/3200 ATLSI
250/3200 ATLSI
dv/dt dv/dt dv/dt
dv/dt FILTER BY VFDMANUFACTURER.
CORDINATE WITH RAW WATER PUMPVENDOR FOR EXACT LENGTH OF PUMPCABLES AND LOCATION OF CONTRACTORPROVIDED JUNCTION BOX FORCABLE/FEEDER CONNECTION.
2
250/3100 ATLSI
2
2
COPPER FEEDER SCHEDULECONDUIT CONDUIT
W.O. NEUTRAL
20
30
40
50
65
70
80
90
4#8, 1#10G
4#4, 1#8G
4#3, 1#8G
4#1, 1#6G
4#2/0, 1#6G
4#3/0, 1#6G
4#4/0, 1#4G
4#250MCM, 1#4G
4#500MCM, 1#3G
2"
100
130
150
175
200
230
255
380
600
800
4#4, 1#8G
4#12, 1#12G
4#10, 1#10G
4#8, 1#10G
1"
1"
¾"
2" 2"
4#6, 1#10G
4#1/0, 1#6G
4#6, 1#8G
2½"
3½"
(2 SETS) 4#350MCM, 1#1G
(2 SETS) 4#500MCM, 1#1/0G
G
WHERE THE FEEDER SYMBOL IS SHOWN WITH THE SUBSCRIPT "N" SUCH ASTHE NEUTRAL CONDUCTOR SHALL BE DELETED FROM THECONDUCTORS SHOWN IN THE FEEDER SCHEDULE.
20
CONDUCTORS THWN/THHN
WHERE THE FEEDER SYMBOL IS SHOWN WITH THE SUBSCRIPT "G" SUCH ASTHE GROUNDING CONDUCTOR SHALL BE DELETED FROM THECONDUCTORS SHOWN IN THE FEEDER SCHEDULE.
4"4#600MCM, 1#2G420 4"
1200
2000
(4 SETS) 4#350MCM, 1#3/0G
(5 SETS) 4#500KCM
1½"
2½"
4"
¾"
1½"
NO.
N20
¾" ¾"
¾" ¾"
1"
1"
1"1"
1½" 1½"
1½" 1½"
1½" 1½"
1½" 1½"
2"
2½"
2½"
4"
4"4"
4"4"
4"4"
3½"
SINGLE-LINE POWER DISTRIBUTION DIAGRAMNO SCALE
Copyright
© 2
014 B
y S
mith S
eck
man R
eid
, In
c. A
ll rights
rese
rved. T
his
docu
ment,
or
part
s th
ere
of, m
ay n
ot
be r
epro
duce
d in a
ny
form
without
writt
en p
erm
issi
on.
DATE
DESCRIP
TIO
NBY
SHEET NUMBER
STAMP
REVIS
ION
S
CHECKED BY
DATE SCALE
PROJECT NUMBER
PRO
JECT T
ITLE
DRAWN BY
DESIGNED BY
SHEET TITLE
12410130
City
of F
rank
lin, T
enne
ssee
Wat
er T
reat
men
t Pla
nt M
odifi
catio
nsC
OF
No.
201
5-00
62
Reid, Inc.SeckmanSmith
2995 Sidco DriveNashville, TN 37204
(615) 383-1113FAX: (615) 386-8469
www.ssr-inc.com
1/8" = 1'-0"
ELECTRICAL RISER ANDSINGLE LINE DIAGRAMS
E6.1
SSR
SSR
JUNE 2015
SSR
XLA-7575KVA
480-208Y/120V
TD
EC
SU
BM
ITT
AL
06/0
1/15
1#3/0 AWG CU.
MSB GROUND BUS
06/22/15
BID
SET
AD
DEN
DU
M 1
07/14/15
2
2
AD
DEN
DU
M 2
07/24/15
Copyright
© 2
014 B
y S
mith S
eck
man R
eid
, In
c. A
ll rights
rese
rved. T
his
docu
ment,
or
part
s th
ere
of, m
ay n
ot
be r
epro
duce
d in a
ny
form
without
writt
en p
erm
issi
on.
DATE
DESCRIP
TIO
NBY
SHEET NUMBER
STAMP
REVIS
ION
S
CHECKED BY
DATE SCALE
PROJECT NUMBER
PRO
JECT T
ITLE
DRAWN BY
DESIGNED BY
SHEET TITLE
12410130
City
of F
rank
lin, T
enne
ssee
Wat
er T
reat
men
t Pla
nt M
odifi
catio
nsC
OF
No.
201
5-00
62
Reid, Inc.SeckmanSmith
2995 Sidco DriveNashville, TN 37204
(615) 383-1113FAX: (615) 386-8469
www.ssr-inc.com
ELECTRICAL PANELSCHEDULES
E8.1
SSR
SSR
JUNE 2015
SSR
Notes:
Valve Actuator 75822 VA 25.00% 18956 VALtg-Site 44 VA 125.00% 55 VA Total Demand Current: 292 A
Rec 6624 VA 100.00% 6624 VA Total Conn. Current: 364 AMotor 87598 VA 97.08% 85043 VA Total Est. Demand: 243068 VA
Ltg 4421 VA 125.00% 5526 VA Total Conn. Load: 302787 VAHVAC 90621 VA 113.99% 103300 VA
Load Classification Connected Load Demand Factor Estimated... Panel TotalsTotal... 377 A 364 A 354 A
Total Load: 103972 VA 100615 VA 98198 VA83 -- -- -- 2106 0 -- -- -- 8481 -- -- -- 2106 0 -- -- -- 8279 62-FV-710-1 20 3 2106 0 3 15 SPARE 8077 -- -- -- 2106 0 -- -- -- 7875 -- -- -- 2106 0 -- -- -- 7673 62-FV-610-3 20 3 2106 0 3 15 SPARE 7471 -- -- -- 2106 0 -- -- -- 7269 -- -- -- 2106 0 -- -- -- 7067 62-FV-610-2 20 3 2106 0 3 20 SPARE 6865 -- -- -- 2106 0 -- -- -- 6663 -- -- -- 2106 0 -- -- -- 6461 62-FV-610-1 20 3 2106 0 3 20 SPARE 6259 -- -- -- 2106 2106 -- -- -- 6057 -- -- -- 2106 2106 -- -- -- 5855 62-FRV-51-3 20 3 2106 2106 3 20 62-FV-910 5653 -- -- -- 2106 2106 -- -- -- 5451 -- -- -- 2106 2106 -- -- -- 5249 62-FRV-510-2 20 3 2106 2106 3 20 62-FV-810-3 5047 -- -- -- 2106 2106 -- -- -- 4845 -- -- -- 2106 2106 -- -- -- 4643 62-FRV510-1 20 3 2106 2106 3 20 62-FV-710-3 4441 -- -- -- 2106 2106 -- -- -- 4239 -- -- -- 2106 2106 -- -- -- 4037 CIP PUMP 1 22-P-710 15 3 2106 2106 3 20 62-FV-810-2 3835 -- -- -- 2560 2106 -- -- -- 3633 -- -- -- 2560 2106 -- -- -- 3431 10-CP-010 20 3 2560 2106 3 20 62-FV-710-2 3229 -- -- -- 443 2106 -- -- -- 3027 -- -- -- 443 2106 -- -- -- 2825 EF-1 15 3 443 2106 3 20 62-FV-810-1 2623 -- -- -- 3963 4434 -- -- -- 2421 -- -- -- 3963 4434 -- -- -- 2219 MEMBRANE COMPRESS... 40 3 3963 4434 3 30 RTU-3 2017 -- -- -- 11085 16905 -- -- -- 1815 -- -- -- 11085 16905 -- -- -- 1613 22-P-610B BACKWASH... 80 3 11085 16905 3 90 RTU-1 1411 -- -- -- 11085 8425 -- -- -- 129 -- -- -- 11085 8425 -- -- -- 107 22-P-610A BACKWASH... 80 3 11085 8425 3 50 RTU-2 85 -- -- -- 7705 2106 -- -- -- 63 -- -- -- 10123 2106 -- -- -- 41 XA-75 125 3 13479 2106 3 15 CIP PUMP 2 22-P-720 2
CKT Circuit Description Notes Trip Poles A B C Poles Trip Notes Circuit Description CKTNotes:
Enclosure: Type 1 MCB Rating: --Mounting: Surface Wires: 3 Buss Rating: 600 A
Supply From: MSB Phases: 3 Mains Type: MLOLocation: ELECTRICAL ROOM... Volts: 480 A.I.C. Rating: 22000Name: HA
Notes: SINGLE SECTION PANEL. OVERSIZE PANEL CAN TO ACCOMODATE ADDITIONAL CONDUITS.
Total Demand Current: 77 A
Ltg-Site 44 VA 125.00% 55 VA Total Conn. Current: 87 ARec 6624 VA 100.00% 6624 VA Total Est. Demand: 27877 VA
Motor 2880 VA 90.50% 2606 VA Total Conn. Load: 31309 VALtg 4421 VA 125.00% 5526 VA
Load Classification Connected Load Demand Factor Estimated... Panel TotalsTotal... 115 A 87 A 64 A
Total Load: 13479 VA 10123 VA 7707 VA83 space -- -- 0 0 -- -- space 8481 space -- -- 0 0 -- -- space 8279 space -- -- 0 0 -- -- space 8077 space -- -- 0 0 -- -- space 7875 space -- -- 0 0 -- -- space 7673 space -- -- 0 0 -- -- space 7471 space -- -- 0 0 -- -- space 7269 space -- -- 0 0 -- -- space 7067 space -- -- 0 0 -- -- space 6865 space -- -- 0 0 -- -- space 6663 space -- -- 0 0 -- -- space 6461 space -- -- 0 0 -- -- space 6259 SPARE 20 1 0 0 1 20 SPARE 6057 SPARE 20 1 0 0 1 20 SPARE 5855 Equipment ELECTRICAL... 30 1 3000 0 1 20 SPARE 5653 Other 20 1 240 0 1 20 SPARE 5451 Ltg ELECTRICAL ROOM 102 20 1 14 0 1 20 SPARE 5249 GAC CONTROL PANEL 20 1 600 0 1 20 SPARE 5047 Ltg-Site 20 1 44 0 1 20 SPARE 4845 Motor LOWER ROOM 105 20 1 672 0 1 20 SPARE 4643 Motor LOWER ROOM 105 15 1 672 0 1 20 SPARE 4441 PARKING LOT LIGHTING 20 1 120 0 1 20 SPARE 4239 Ltg 20 1 497 0 1 20 SPARE 4037 Ltg COMPRESSOR ROOM... 20 1 1191 0 1 20 SPARE 3835 Ltg MAIN ROOM 103 20 1 1303 0 1 20 SPARE 3633 Ltg LOWER ROOM 105 20 1 1416 0 1 20 SPARE 3431 90-DR-001-1 25 1 1632 0 1 20 SPARE 3229 22-CP-13 PROC SKID 3 RIO 20 1 1200 0 1 20 SPARE 3027 22-CP-12 PROC SKID 2 RIO 20 1 1200 0 1 20 SPARE 2825 22-CP-01 MCP 20 1 1200 180 1 20 ROOFTOP @ EF-1 RECEPT. 2623 90-AD-001-1 COMPR 1... 20 1 1632 540 1 20 ROOFTOP RECEPTS 2421 70-CP-02 UVT MONITOR 20 1 252 1632 1 20 90-AD-001-2 COMPR 2... 2219 22-STR-102-3... 20 1 120 1632 1 25 90-DR-001-2 AIR DRYER 2017 22-STR-102-2... 20 1 120 120 1 20 22-STR-102-1... 1815 22-CP-02 AUX RIO PANEL 20 1 1200 1200 1 20 22-CP-11 PROC SKID 1 RIO 1613 23-P-601A SODIUM... 20 1 384 384 1 20 23-P-601B SODIUM... 1411 23-P-701B SODIUM... 20 1 384 384 1 20 23-P-701A SODIUM... 129 23-AIT-210 CHEM SCALE 20 1 120 120 1 20 23-AIT-110 CHEM SCALE 107 SUMP PUMP 20 1 864 360 1 20 EXTERIOR RECEPTACLES 85 CHEMICAL ROOM... 20 1 720 900 1 20 LOWER TREATMENT... 63 MAIN ROOM RECEPTS 20 1 900 900 1 20 MAIN ROOM RECEPTS 41 COMPRESSOR RM... 20 1 900 360 1 20 ELECTRICAL ROOM... 2
CKT Circuit Description Notes Trip Poles A B C Poles Trip Notes Circuit Description CKTNotes:
Enclosure: Type 1 MCB Rating: 225 AMounting: Surface Wires: 4 Buss Rating: 225 A
Supply From: XA-75 Phases: 3 Mains Type: MCBLocation: ELECTRICAL ROOM... Volts: 120/208 Wye A.I.C. Rating: 10000Name: LA
Notes:
Valve Actuator 75822 VA 25.00% 18956 VALtg-Site 44 VA 125.00% 55 VA
Htg 51712 VA 100.00% 51712 VA Total Est. Demand... 1403 ARec 6624 VA 100.00% 6624 VA Total Conn. Current: 2036 A
Motor 994639 VA 89.14% 886623 VA Total Est. Demand: 1166595 VALtg 4421 VA 125.00% 5526 VA Total Conn. Load: 1692518 VA
HVAC 90621 VA 113.99% 103300 VA
Load Classification Connected Load Demand Factor Estimated... Panel Totals
Total Amps: 2036 A
Total Conn. Load: 1692518 VA
24
23 space 3 -- 100 A 022 space 3 -- 100 A 0
21 space 3 -- 250 A 0
20 space 3 -- 400 A 0
19 SPARE 3 -- 250 A 0 LSI
18 SPARE 3 -- 400 A 0 LSI17 PANEL HA 3 800 A 600 A 302785
16 CLEARWELL HIGH SERVICE PUMP 3 3 400 A 250 A 103092 LSI15 CLEARWELL HIGH SERVICE PUMP 2 3 400 A 250 A 103092 LSI
14 CLEAR WELL HIGH SERVICE PUMP 1 3 400 A 250 A 103092 LSI13 70-CPP-01-2 UV SYSTEM CONTROL POWER PANEL 2 3 250 A 125 A 46800
12 70-CPP-01-1 UV SYSTEM CONTROL POWER PANEL 1 3 250 A 125 A 46800
11 CIP HTG CONTROL PANEL 22-P-703 3 250 A 80 A 51712
10 MEMBRANE AERATION BLOWER 2 3 250 A 100 A 43232 LSI
9 MEMBRANE AERATION BLOWER 1 3 250 A 100 A 43232 LSI8 22-P-110-C 3 250 A 200 A 103092 LSI
7 22-P-110-B 3 250 A 200 A 103092 LSI6 22-P-110-A 3 250 A 200 A 103092 LSI
5 RAW WATER PUMP (SMALL) 2 3 250 A 200 A 67675 LSI4 RAW WATER PUMP (SMALL) 1 3 250 A 200 A 67675 LSI
3 RAW WATER PUMP (LARGE) 2 3 400 A 400 A 202026 LSI2 RAW WATER PUMP (LARGE) 1 3 400 A 400 A 202026 LSI
1 SPD 3 100 A 30 A 2 SURGE PROTECTION DEVICECKT Circuit Description # of Poles Frame Size Trip Rating Load Remarks
Notes:
Enclosure: NEMA 1 MCB Rating: 2000 A
Mounting: FREESTANDING Wires: 3 Buss Rating: 2000 A
Supply From: Phases: 3 Mains Type: BREAKER
Location: ELECTRICAL ROOM... Volts: 480 A.I.C. Rating: 65000
Name: MSB
TD
EC
SU
BM
ITT
AL
06/0
1/15
06/22/15
BID
SET
2
2
AD
DEN
DU
M 2
07/24/15
2
1
A
2
4
3
5
6
7
B C D E F G
CHEMICALROOM
101
ELECTRICALROOM
102
MAINROOM
103
COMPRESSORROOM
104
LOWERROOM
105
MSBLA HA
XA-75
MAINDISTR.FUTUREDISTR.
VFD-MAB190-B-201A
VFD-MAB290-B-201B
VFD-RWP110-P-110A
VFD-RWP210-P-110B
VFD-RWP310-P-210A
VFD-RWP410-P-210B
VFD-HSP355-P-110C
VFD-B122-P-610AVFD-B222-P-610B
VFD-M122-P-110C
VFD-M222-P-110B
VFD-M322-P-110A
-2LA
-4LA -3LA
+64"
+64"
+64"
WP
WP
WP
WP
-5LA
-1LA
22-P-710
22-P-610-B22-P-610-A
90-B-201-A 90-B-201-B
90-CP-001
10-AC-01023-P-701-A
23-P-701-B
23-P-601-A
23-P-601-B
23-AIT-210
23-AIT-110
22-CP-02
22-CP-01 22-CP-11
22-CP-12
22-CP-13
22-STR-102-2
22-STR-102-1
22-STR-102-3
70-CP-01
70-CP-02
70-CPP-01-1
70-CPP-01-2
70-UV-010-1 70-UV-010-2
90-DR-001-1 90-DR-001-2
22-P-703
22-P-720
VFD-HSP255-P-110B
VFD-HSP155-P-110A
CIP PUMPS22-P-71022-P-720
90-AD-001-A 90-AD-001-B
62-FV-510-1
62-FV-510-2
62-FV-510-3
62-Fv-610-1
62-Fv-610-2
62-Fv-610-3
SP-L-1
SP-L-2
WH-1-1
SEE MECHANICAL EQUIPMENTSCHEDULE SHEET E0.1. TYPICAL.
SEE ELECTRICAL EQUIPMENTCONNECTION SCHEDULESHEET E0.1. TYPICAL.
-8LA
1#10,1#10N.,1#10G-3/4"C.
SINE WAVEFILTER
SINE WAVEFILTER
10-CP-010
2
Copyright
© 2
014 B
y S
mith S
eck
man R
eid
, In
c. A
ll rights
rese
rved. T
his
docu
ment,
or
part
s th
ere
of, m
ay n
ot
be r
epro
duce
d in a
ny
form
without
writt
en p
erm
issi
on.
DATE
DESCRIP
TIO
NBY
SHEET NUMBER
STAMP
REVIS
ION
S
CHECKED BY
DATE SCALE
PROJECT NUMBER
PRO
JECT T
ITLE
DRAWN BY
DESIGNED BY
SHEET TITLE
12410130
City
of F
rank
lin, T
enne
ssee
Wat
er T
reat
men
t Pla
nt M
odifi
catio
nsC
OF
No.
201
5-00
62
Reid, Inc.SeckmanSmith
2995 Sidco DriveNashville, TN 37204
(615) 383-1113FAX: (615) 386-8469
www.ssr-inc.com
1/8" = 1'-0"
TREATMENT BUILDINGUPPER LEVEL - POWER
PLAN
EP1.2-02
SSR
SSR
JUNE 2015
SSR
1/8" = 1'-0"1 1 TREATMENT BUILDING UPPER LEVEL - POWER PLAN
4'4'4'4'0000 8'8'8'8' 16'16'16'16'
TD
EC
SU
BM
ITT
AL
06/0
1/15
SEE SHEET EP1.2-01FOR 62-CP-01
CONTROL PANEL
06/22/15
BID
SET
2
AD
DEN
DU
M 2
07/24/15